25
TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18 Vertex Medical (PVT) LTD: No technical data sheet of manifold and not available on the official website, furthermore manifold are from two different manufacturer which are not acceptable, railing is not quoted with bed head unit for ICU. Number of gases in alarm area with remote sensor is not quoted, Ceiling pendant for anesthesia pneumatic brake not quoted, weight bearing capacity is not mentioned and no technical date sheet provided. Quote motorized brake instead of pneumatic brake in surgeon pendant and no data sheet provided. Surgeon Pendant Option 2: drawer is not quoted, load capacity not mention, copper pipe size 28mm is not offered. venturi Suction regulator two bottles of one liter each is demanded whereas quote on bottle. Eastern Medical Technology services: AS PER SPECIFICATION Total Technologies: Pressure Gauge for 06 No's are not offered in multi zone valve box, length of first arm is not as per tender specification Option-02 Surgeon Pendant length of first arm is ambiguous, Maximum load capacity is not as per tender specification. Two different manufacturer of copper piping is offered which is not acceptable. Triplex Compressor is not offered. BESTECH ENTERPRISES: Quoted model of nitrous manifold does not have LED/LCD Display and it is pneumatic control instead of microprocessor control, quoted dimensions for bed head units are not confirm from the leaflet.6th gas model not quote in technical offer. Anesthesia and surgeon pendant Version of ceiling pendant for anesthesia is not specified, height adjustment 500 mm instead of 750mm confirm from leaflet. The firm cut and paste tender specification instead of quote exact specification to be supplied. Model for oxygen flow meter and vacuum regulator for neonates is not specified and no supporting documents is attached, Model quoted for copper piping is not confirmed from the leaflet. Duplex medical vacuum system is not confirm from leaflet firm cut and paste tender specification. Only one reservoir tank firm offered while requirement is two reservoir tank. Quote reciprocating type compressor instead of screw type. Dryer desiccant not confirm from leaflet dew point monitoring not confirm from leaflet. No leaflet of quoted model provided. Duplex air compressor system is not quoted. MEDI URGE (PVT) LTD: Manifold is not microprocessor control, there is no outlet color mentioned. Bed head unit length for ICU and Wards are not specified in leaflet, Degree of rotation height adjustment , payload and pneumatic brakes are not confirm from the leaflet in ceiling Pendant for anesthesia and surgeon (Option-01) and (Option-02) Degree of rotation height adjustment , payload are not confirm from the leaflet in ceiling Pendant for anesthesia and surgeon. Oxygen flow meter for neonates 0-6 liter/min not quoted. Vacuum regulator quote one autoclave able bottle on one liter capacity each instead of two and model for oxygen flow meter and vacuum regulator also not quoted. Vacuum regulator for peads / neonates not quoted. Color coding of copper pipe is not quoted. Vacuum plant quoted model is not tank mounted system, hour meter is not quoted/ available. Air compressor FAD is at 10 Bar instead of 13 bar as confirm from the leaflet. Firm quote one Reservoir tank instead of two. Dew point monitoring is not available and not quoted. Triplex compressor not quoted. UNIMIX: Rail system in bed head unit is not quoted, Gas outlet provision is offered instead complete fitting system. Option 1 and 2 Ceiling Pendant Height adjustment, load capacity, pneumatic brake are not confirm from the leaflet. Oxygen flow meter, suction regulator for neonates are not quoted. Quoted power of vacuum plant is 2x4 KW which has capacity of 1050/1350 l/min which is not as per tender specification (ambiguous offer). Air compressor quoted model have 1400l/min capacity instead of 1500 liter/min. offered one air receiving tank instead of two, duplex desiccant dryer not offered dew point range and monitoring on LCD panel is not quoted. Quote reciprocating air compressor instead of screw type, FAD 13bar is not quoted. Triplex compressor not quoted, past performance certificate not provided.

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL

YEAR 2017-18

Vertex Medical (PVT) LTD:

No technical data sheet of manifold and not available on the official website, furthermore manifold are from two different manufacturer which are not acceptable, railing is not quoted with bed head unit for ICU. Number of gases in alarm area with remote sensor is not quoted, Ceiling pendant for anesthesia pneumatic brake not quoted, weight bearing capacity is not mentioned and no technical date sheet provided. Quote motorized brake instead of pneumatic brake in surgeon pendant and no data sheet provided. Surgeon Pendant Option 2: drawer is not quoted, load capacity not mention, copper pipe size 28mm is not offered. venturi Suction regulator two bottles of one liter each is demanded whereas quote on bottle.

Eastern Medical Technology services:

AS PER SPECIFICATION

Total Technologies:

Pressure Gauge for 06 No's are not offered in multi zone valve box, length of first arm is not as per tender specification Option-02 Surgeon Pendant length of first arm is ambiguous, Maximum load capacity is not as per tender specification. Two different manufacturer of copper piping is offered which is not acceptable. Triplex Compressor is not offered.

BESTECH ENTERPRISES:

Quoted model of nitrous manifold does not have LED/LCD Display and it is pneumatic control instead of microprocessor control, quoted dimensions for bed head units are not confirm from the leaflet.6th gas model not quote in technical offer. Anesthesia and surgeon pendant Version of ceiling pendant for anesthesia is not specified, height adjustment 500 mm instead of 750mm confirm from leaflet. The firm cut and paste tender specification instead of quote exact specification to be supplied. Model for oxygen flow meter and vacuum regulator for neonates is not specified and no supporting documents is attached, Model quoted for copper piping is not confirmed from the leaflet. Duplex medical vacuum system is not confirm from leaflet firm cut and paste tender specification. Only one reservoir tank firm offered while requirement is two reservoir tank. Quote reciprocating type compressor instead of screw type. Dryer desiccant not confirm from leaflet dew point monitoring not confirm from leaflet. No leaflet of quoted model provided. Duplex air compressor system is not quoted.

MEDI URGE (PVT) LTD:

Manifold is not microprocessor control, there is no outlet color mentioned. Bed head unit length for ICU and Wards are not specified in leaflet, Degree of rotation height adjustment , payload and pneumatic brakes are not confirm from the leaflet in ceiling Pendant for anesthesia and surgeon (Option-01) and (Option-02) Degree of rotation height adjustment , payload are not confirm from the leaflet in ceiling Pendant for anesthesia and surgeon. Oxygen flow meter for neonates 0-6 liter/min not quoted. Vacuum regulator quote one autoclave able bottle on one liter capacity each instead of two and model for oxygen flow meter and vacuum regulator also not quoted. Vacuum regulator for peads / neonates not quoted. Color coding of copper pipe is not quoted. Vacuum plant quoted model is not tank mounted system, hour meter is not quoted/ available. Air compressor FAD is at 10 Bar instead of 13 bar as confirm from the leaflet. Firm quote one Reservoir tank instead of two. Dew point monitoring is not available and not quoted. Triplex compressor not quoted.

UNIMIX:

Rail system in bed head unit is not quoted, Gas outlet provision is offered instead complete fitting system. Option 1 and 2 Ceiling Pendant Height adjustment, load capacity, pneumatic brake are not confirm from the leaflet. Oxygen flow meter, suction regulator for neonates are not quoted. Quoted power of vacuum plant is 2x4 KW which has capacity of 1050/1350 l/min which is not as per tender specification (ambiguous offer). Air compressor quoted model have 1400l/min capacity instead of 1500 liter/min. offered one air receiving tank instead of two, duplex desiccant dryer not offered dew point range and monitoring on LCD panel is not quoted. Quote reciprocating air compressor instead of screw type, FAD 13bar is not quoted. Triplex compressor not quoted, past performance certificate not provided.

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL

YEAR 2017-18

INTEXIM ENTERPRISES LAHORE:

Manifold for oxygen and nitrous oxide NIST connection is not offered. Quoted model of bed head unit is not in clarity, three different version are available but not specified in technical offer. Model for Area Alarm with remote sensor for two, three and four gases are not specified. Height adjustment in surgeon pendant option 01 is not available in leaflet. No technical data sheet of ceiling pendant (anesthesia option-01) is not provided. (Option -02 Anesthesia Pendant) length of first arm is not confirm from the leaflet. Dual arm configuration is not confirmed for anesthesia and surgeon pendant (Option-02). Oxygen flow meter are required for adult and neonates both option were demanded whereas the firm offered choice between both. Vacuum regulator for neonates is not offered quoted model for adult having pressure of 0-950 mbar whereas model for neonates is not offered as per attached leaflet neonate model is different from adult. Color coding of copper pipes are not offered. No leaflet. Triplex air compressor not quoted.

END User

Dr. Hassam Rehm Asstt. Professor. Community Medicine

Sahiwal Medical College, Sahiwal Member TAC

Dr. Raees Abbas Lail Asstt. Professor Pathology

Sahiwal Medical College, Sahiwal Member TAC

Dr. Muhammad Shahid Asstt. Professor of Anaesthesia

DHQ/SLMC, Sahiwal Member TAC

Dr. Haroon ur Rehman Gillani Associate Professor Orthopaedics

DHQ/SLMC, Sahiwal Member TAC

Luqman Tabish

Bio-Medical Engineer DHQ Teaching Hospital, Sahiwal Nominated by the Health Department

Member TAC

Dr Altaf Pervez Qasim HOD Forensic Medicine

Sahiwal Medical College, Sahiwal Chairman TAC

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Package no/Tender Number: 01

Name of the Equipment and Qty: Medical Gas Pipeline System

KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO

Evaluation Parameters

VERTEX MEDICAL (PVT) LTD

EASTERN MEDICAL TECHNOLOGY

SERVICES

TOTAL TECHNOLOGIES PVT LTD

BESTECH ENTERPRISES MEDIURGE PVT LTD UNIMIX

INTEXIM ENTERPRISES

LAHORE

1 Complete Package/Tender YES YES YES YES YES YES YES

2 Original Receipt of Tender YES YES YES YES YES YES YES

3 Affidavit from Bidder YES YES YES YES YES YES YES

4 Bid Security YES YES YES YES YES YES YES 5 Bid Validity YES YES YES YES YES YES YES 6 Delivery Period YES YES YES YES YES YES YES

7

Under taking of Pre-Shipment Inspection (For High Tech Equipment Only)

Not Applicable Not Applicable Not Applicable

Not Applicable

Not Applicable

Not Applicable

Not Applicable

Remarks Eligible Eligible Eligible Eligible Eligible Eligible Eligible

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

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 Evaluation Parameters

VERTEX MEDICAL (PVT)

LTD

EASTERN MEDICAL TECHNOLOGY

SERVICES

TOTAL TECHNOLOGIES

PVT LTD

BESTECH ENTERPRISES MEDIURGE PVT LTD UNIMIX

INTEXIM ENTERPRISES

LAHORE

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer

NOT VERIFIED FROM

MANUFACTURER

YES Verified from Manufacturer YES YES YES YES YES

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES YES YES YES YES YES YES

3

Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES YES YES YES YES YES YES

4

Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

Not for same Brand YES YES YES NO YES NO

5 Availability of relevant Tools and Testing / Calibration Equipment YES YES YES YES YES YES YES

6 Compliance of Warranty as per tender by the manufacturer YES YES YES YES YES YES YES

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES YES YES YES YES YES

Remarks Not Eligible for

further evaluation Part II

Eligible for further evaluation Part II

Eligible for further evaluation Part II

Eligible for further evaluation Part II

Not Eligible for further evaluation Part II

Eligible for further evaluation Part II

Not Eligible for further

evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION (All evaluation parameters defined below are mandatory for compliance.) Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS.

1

Name of Equipment

Medical Gas Pipeline System

VERTEX MEDICAL (PVT) LTD

EASTERN MEDICAL

TECHNOLOGY SERVICES

TOTAL TECHNOLOGIES

PVT LTD

BESTECH ENTERPRISES MEDIURGE PVT LTD UNIMIX INTEXIM ENTERPRISES

LAHORE

Brand Drager Medical and Delta P Delta P Medgas Technic G.SAMARAS GREGGERSEN PRECISION MEDICOP

Model Assorted Assorted Assorted Assorted Assorted Assorted Assorted

2 Country of Manufacturer Germany and Italy Italy Germany GREECE Germany UK Slovenia

Country of Origin of Product / Model Number

Germany and Italy Italy Germany GREECE Germany UK Slovenia

3

OEM certificate with indication for site of manufacturing of equipment and its location

YES YES YES YES YES YES YES

4

Availability of model on official website YES YES YES YES YES YES YES

5

Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348

YES YES YES YES NO , Vacuum Plant and Compressor NO NO , Vacuum Plant and

Compressor

6

Product availability in market for minimum 1 year to be calculated from date of QC issuance

YES YES YES YES YES YES YES

7 Specification

Compliance features wise:

Not AS PER

SPECIFICATION. AS PER

SPECIFICATION.

Not AS PER SPECIFICATION.

Not AS PER SPECIFICATION.

Not AS PER SPECIFICATION.

Not AS PER SPECIFICATION.

Not AS PER SPECIFICATION.

TECHNICAL EVALUATION COMMITTEE REPORT (Central Medical Gases Supply) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

1

Name of Equipment

Medical Gas Pipeline System

VERTEX MEDICAL (PVT) LTD

EASTERN MEDICAL

TECHNOLOGY SERVICES

TOTAL TECHNOLOGIES

PVT LTD

BESTECH ENTERPRISES MEDIURGE PVT LTD UNIMIX INTEXIM ENTERPRISES

LAHORE

8 Specifications Not Comply Comply Not Comply Not Comply Not Comply Not Comply Not Comply

9 Technical Eligibility of Product: Not Eligible Eligible Not Eligible Not Eligible Not Eligible Not Eligible Not Eligible

10 Technical Eligibility of Firm: Not Eligible Eligible Eligible Not Eligible Not Eligible Not Eligible Eligible

11 BID STATUS: Non Responsive Responsive Non Responsive Non Responsive Non Responsive Non Responsive Non Responsive

END User

Dr. Hassam Rehm Asstt. Professor. Community Medicine

Sahiwal Medical College, Sahiwal Member TAC

Dr. Raees Abbas Lail Asstt. Professor Pathology

Sahiwal Medical College, Sahiwal Member TAC

Dr. Muhammad Shahid Asstt. Professor of Anaesthesia

DHQ/SLMC, Sahiwal Member TAC

Dr. Haroon ur Rehman Gillani Associate Professor Orthopaedics

DHQ/SLMC, Sahiwal Member TAC

Luqman Tabish

Bio-Medical Engineer DHQ Teaching Hospital, Sahiwal

Nominated by the Health Department Member TAC

Dr. Altaf Pervez Qasim HOD Forensic Medicine

Sahiwal Medical College, Sahiwal Chairman TAC

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 1 of 9

FINAL TAC REPORT BID EVALUATION SHEET

1. PACKAGE NO/TENDER NUMBER: GROUP NO.10 IT EQUIPMENT 2. NAME OF THE EQUIPMENT AND QTY: 15 Latest Computer with heavy duty laser printer (3 in 1 plus UPS )

PART- I

KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters Expert Networks BESTECH

ENTERPRISES MECCA

ENTERPRISES ABULLAH

ELECTRONICS JEELANI

ENTERPRISES 1 Complete Package/Tender YES YES YES YES YES 2 Original Receipt of Tender YES YES YES YES YES 3 Affidavit from Bidder YES YES YES YES YES 4 Bid Security YES YES YES YES YES 5 Bid Validity YES YES NO YES YES 6 Delivery Period YES YES NO YES YES

7 Under taking of Pre-Shipment

Inspection (For High Tech Equipment Only)

Not Applicable Not Applicable Not Applicable Not Applicable Not Applicable

Remarks Eligible for further evaluations of PART-II

Eligible for further evaluations of PART-

II

Eligible for further evaluations of

PART-II

Eligible for further evaluations of

PART-II

Eligible for further evaluations of PART-

II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 2 of 9

PART- II

KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters Expert Networks BESTECH

ENTERPRISES MECCA

ENTERPRISES ABULLAH

ELECTRONICS JEELANI

ENTERPRISES

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer / Non Exclusive Authorization

YES NO NO NO yes

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES NO NO NO YES

3 Certificate from the Manufacturer about the after sales services through agent or itself YES NO NO NO YES

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES YES NO NO YES

5 Availability of relevant Tools and Testing / Calibration Equipment YES YES NO NO YES

6 Compliance of Warranty as per tender by the manufacturer Yes NO NO NO YES

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES NO YES YES

Remarks Eligible for

further evaluation Part II

Not Eligible for further evaluation

Part II

Not Eligible for further evaluation

Part II

Not Eligible for further evaluation

Part II

Eligible for further evaluation

Part II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 3 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1

Name of Equipment

Latest Computer with Heavy Duty laser printer (3

in 1) Plus Ups Expert Networks BESTECH ENTERPRISES MECCA

ENTERPRISES ABULLAH

ELECTRONICS JELLANI

ENTERPRISES

Brand HP(UPS , APC) DELL ,HP,ALFAH Technical offer not attached HP, Crown Micro DELL, HP, Crown

Micro

Model

Computer (HP PRODESK 400 G4), Monitor(HP

V194B) Printer(HP M130A MFP) UPS(BX650LI-MS)

Computer (3046) , Printer (HP 130 FN)

UPS(650VA) Not Mentioned

Computer (HP 400 G4 Ci5) , Printer (HP-M130NW) , UPS

(Crown Micro 650 VA)

Computer(OptiPlex 5050) , Printer (Pro

MFP M130fw) , UPS(CMU-650)

2 Country of Manufacturer China Not mentioned Not Mentioned Not Mentioned Not Mentioned

3 OEM certificate with indication for site of manufacturing of equipment and its location

YES YES NO NO NO

4 Availability of model on official website YES YES NO Yes Yes

5

Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348

YES NO NO NO NO

6 Product availability in market for minimum 1 year to be calculated from date of QC issuance

YES NO NO NO NO

7 Specification Compliance features wise: YES

Chipset: Intel H110 instead of H270 , DDR4-2400 SDRAM required instead of 2133

MHZ , Required 7th generation instead of 6th,

leaflet is not attached regarding UPS

NO UPS leaflet is not

attached incomplete offer

UPS leaflet is not attached

8 Specifications Technically Accepted Technically Not Accepted Technically Not Accepted

Technically Not Accepted

Technically Not Accepted

9 Technical Eligibility of Product: Eligible Not Eligible Not Eligible Not Eligible Not Eligible 10 Technical Eligibility of Firm: Eligible Not Eligible Not Eligible Not Eligible Not Eligible 11 BID STATUS: Responsive Non Responsive Non Responsive Non Responsive Non Responsive

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 4 of 9

BID EVALUATION SHEET

1. PACKAGE NO/TENDER NUMBER: GROUP NO.10 IT EQUIPMENT 2. NAME OF THE EQUIPMENT AND QTY: one SLIDE PROJECTOR

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters Expert Networks ABULLAH ELECTRONICS

1 Complete Package/Tender YES YES

2 Original Receipt of Tender YES YES

3 Affidavit from Bidder YES YES

4 Bid Security YES YES

5 Bid Validity YES YES

6 Delivery Period YES YES

7 Under taking of Pre-Shipment Inspection (For High Tech Equipment Only)

Not Applicable Not Applicable

Remarks Eligible for further evaluations of PART-II Eligible for further evaluations of PART-II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 5 of 9

PART- II KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters Expert Networks ABULLAH ELECTRONICS

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer / Non-Exclusive Authorization

YES NO

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES NO

3

Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES NO

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES NO

5 Availability of relevant Tools and Testing / Calibration Equipment YES NO

6 Compliance of Warranty as per tender by the manufacturer YES NO

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES

Remarks Eligible for further evaluation Part II

Not Eligible for further evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 6 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1

Name of Equipment Slide Projector Expert Networks ABULLAH ELECTRONICS

Brand OLYMPIA Not mentioned

Model OP-250 Information not attached

2 Country of Manufacturer Not mentioned Not Mentioned

3 OEM certificate with indication for site of manufacturing of equipment and its location NO NO

4 Availability of model on official website YES NO

5 Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348

NO NO

6 Product availability in market for minimum 1 year to be calculated from date of QC issuance NO NO

7 Specification Compliance features wise: YES NO

8 Specifications Technically Not Accepted Technically Not Accepted

9 Technical Eligibility of Product: Not Eligible Not Eligible 10 Technical Eligibility of Firm: Not Eligible Not Eligible 11 BID STATUS: Non Responsive Non Responsive

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 7 of 9

BID EVALUATION SHEET 1. PACKAGE NO/TENDER NUMBER: GROUP NO.10 IT EQUIPMENT 2. NAME OF THE EQUIPMENT AND QTY: ONE Latest Photostat Machine

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters Expert Networks ABULLAH

ELECTRONICS

1 Complete Package/Tender YES YES

2 Original Receipt of Tender YES YES

3 Affidavit from Bidder YES YES

4 Bid Security YES YES

5 Bid Validity YES YES

6 Delivery Period YES YES

7 Under taking of Pre-Shipment Inspection (For High Tech Equipment Only)

Not Applicable Not Applicable

Remarks Eligible for further evaluations of PART-II

Eligible for further evaluations of PART-II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 8 of 9

PART- II KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters Expert Networks ABULLAH ELECTRONICS

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer /Non-Exclusive Authorization

Yes NO

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES NO

3 Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES NO

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES NO

5 Availability of relevant Tools and Testing / Calibration Equipment YES NO 6 Compliance of Warranty as per tender by the manufacturer YES NO

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES

Remarks Eligible for further evaluation Part II Not Eligible for further evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT IT EQUIPMENTS (GROUP NO. 10) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 9 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Photocopy Machine Heavy Duty Expert Networks ABULLAH ELECTRONICS

Brand RICOH Not Mentioned Model RICOH AFICIO MP 3352

2 Country of Manufacturer China Not Mentioned

3 OEM certificate with indication for site of manufacturing of equipment and its location YES NO

4 Availability of model on official website YES NO

5 Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348 YES NO

6 Product availability in market for minimum 1 year to be calculated from date of QC issuance YES NO

7 Specification Compliance features wise: YES No Leaflet attached 8 Specifications Technically Accepted Technically Not Accepted 9 Technical Eligibility of Product: Eligible Not Eligible

10 Technical Eligibility of Firm: Eligible Not Eligible 11 BID STATUS: Responsive Non Responsive

END User

Dr. Hassam Rehm Asstt. Professor Community Medicine

Sahiwal Medical College, Sahiwal Member TAC

Dr. Raees Abbas Lail Asstt. Professor Pathology

Sahiwal Medical College, Sahiwal Member TAC

Dr. Muhammad Shahid Asstt. Professor of Anaesthesia

DHQ/SLMC, Sahiwal Member TAC

Dr. Haroon ur Rehman Gillani Associate Professor Orthopaedics

DHQ/SLMC, Sahiwal Member TAC

Luqman Tabish

Bio-Medical Engineer DHQ Teaching Hospital, Sahiwal

Nominated by the SHC&ME Department Member TAC

Dr Altaf Pervez Qasim HOD Forensic Medicine

Sahiwal Medical College, Sahiwal Chairman TAC

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 1 of 9

FINAL TAC REPORT BID EVALUATION SHEET 1. PACKAGE NO/TENDER NUMBER: GROUP NO.17 Radiology Equipment 2. NAME OF THE EQUIPMENT AND QTY: One Colour Doppler 4D

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters Shirazi Trading Medequips

1 Complete Package/Tender YES YES 2 Original Receipt of Tender YES YES 3 Affidavit from Bidder YES YES 4 Bid Security YES YES 5 Bid Validity YES YES 6 Delivery Period YES YES

7 Under taking of Pre-Shipment Inspection (For High Tech Equipment Only)

YES YES

Remarks Eligible Eligible

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 2 of 9

PART- II KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters SHIRAZI TRADING MEDEQUIPS

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer YES YES

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES YES

3 Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES YES

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES YES

5 Availability of relevant Tools and Testing / Calibration Equipment YES YES

6 Compliance of Warranty as per tender by the manufacturer Yes YES

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES

Remarks Eligible for further evaluation Part II Eligible for further evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 3 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Color Doppler 4 D Shirazi Trading Medequips

Brand GE Healthcare Toshiba Medical Model Logiq S8 Aplio 300 Platinum

2 Country of Manufacturer Korea Japan Country of Origin of Product / Model Number Korea Japan

3 OEM certificate with indication for site of manufacturing of equipment and its location YES YES

4 Availability of model on official website YES YES

5 Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348

YES YES

6 Product availability in market for minimum 1 year to be calculated from date of QC issuance YES YES

7 Specification Compliance features wise: YES YES 8 Specifications YES YES 9 Technical Eligibility of Product: Eligible Eligible

10 Technical Eligibility of Firm: Eligible Eligible 11 BID STATUS: Responsive Responsive

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 4 of 9

BID EVALUATION SHEET

1. PACKAGE NO/TENDER NUMBER: GROUP NO.17 Radiology Equipment 2. NAME OF THE EQUIPMENT AND QTY: One MAMMOGRAPHY UNIT

PART- I

KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters SHIRAZI TRADING MEDEQUIPS SHAHCO

1 Complete Package/Tender YES YES YES 2 Original Receipt of Tender YES YES YES 3 Affidavit from Bidder YES YES YES 4 Bid Security YES YES YES 5 Bid Validity YES YES YES 6 Delivery Period YES YES YES

7 Under taking of Pre-Shipment Inspection (For High Tech Equipment Only)

Not Attached Not Attached Attached

Remarks Not Eligible Not Eligible Eligible

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 5 of 9

PART- II

KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters Shirazi Trading Medequips ShahCo

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer YES YES YES

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES YES YES

3

Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES YES YES

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES YES YES

5 Availability of relevant Tools and Testing / Calibration Equipment YES YES YES

6 Compliance of Warranty as per tender by the manufacturer YES YES YES

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet

YES YES YES

Remarks Not Eligible for further evaluation Part II

Not Eligible for further evaluation Part II

Eligible for further evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 6 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1

Name of Equipment Mammography Unit SHIRAZI TRADING MEDEQUIPS SHAHCO

Brand GE Healthcare Metaltronica Hologic

Model Senography Essential Helianthus DBT Selenia Dimension

2 Country of Manufacturer USA France USA

3 Country of Origin of Product / Model Number France Italy USA

4 OEM certificate with indication for site of manufacturing of equipment and its location

YES YES YES

5 Availability of model on official website YES YES YES

6

Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348

FDA-510K of quoted model is not attached FDA-510K Not Attached YES

7

Product availability in market for minimum 1 year to be calculated from date of QC issuance

YES YES YES

8 Specification Compliance features wise: YES YES YES

9 Specifications YES YES YES

10 Technical Eligibility of Product: Not Eligible Not Eligible Eligible

11 Technical Eligibility of Firm: Not Eligible Not Eligible Eligible

12 BID STATUS: Non Responsive Non Responsive Responsive

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 7 of 9

BID EVALUATION SHEET

1. PACKAGE NO/TENDER NUMBER: GROUP NO.17 Radiology Equipment 2. NAME OF THE EQUIPMENT AND QTY: One Portable Ultrasound

PART- I

KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)

Sr. NO Evaluation Parameters Eastern Medical

1 Complete Package/Tender YES 2 Original Receipt of Tender YES 3 Affidavit from Bidder YES 4 Bid Security YES 5 Bid Validity YES 6 Delivery Period YES

7 Under taking of Pre-Shipment

Inspection (For High Tech Equipment Only)

Not Applicable

Remarks Eligible

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 8 of 9

PART- II

KNOCK DOWN CRITERIA - (VENDOR EVALUATION)

Sr. NO Evaluation Parameters Eastern Medical

1 Exclusive Authorization / Sole Agent Certificate by the Manufacturer YES

2

Technical & Engineering capability 1. Minimum (3) diploma technician 2. Minimum (2) Graduate Engineer 3. Minimum (1) Person with training from the manufacturer

YES

3 Certificate from the Manufacturer about the after sales services through agent or itself (In case specifically demanded in the specifications)

YES

4 Vendor Past performance (In case of unsatisfactory performance, details must be mentioned)

YES

5 Availability of relevant Tools and Testing / Calibration Equipment YES

6 Compliance of Warranty as per tender by the manufacturer YES

7 Financial statement last two years Last 02 years audit sheet Last 02 years Income tax sheet YES

Remarks Eligible for further evaluation Part II

TECHNICAL EVALUATION COMMITTEE REPORT RADIOLOGY EQUIPMENTS (GROUP NO.17) DHQ TEACHING HOSPITAL SAHIWAL FOR THE FINANCIAL YEAR 2017-18

Page 9 of 9

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION

Item SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Portable Ultrasound Eastern Medical

Brand Hitachi Aloka Model prosound6

2 Country of Manufacturer Japan Country of Origin of Product / Model Number Japan

3 OEM certificate with indication for site of manufacturing of equipment and its location YES

4 Availability of model on official website YES

5 Compliance with defined quality standards (CE, FDA, MHLW) For Local Item ISO Medical Devices ISO 1348 YES

6 Product availability in market for minimum 1 year to be calculated from date of QC issuance YES

7 Specification Compliance features wise: YES 8 Specifications YES 9 Technical Eligibility of Product: Eligible

10 Technical Eligibility of Firm: Eligible 11 BID STATUS: Responsive

END User

Dr. Hassam Rehm Asstt. Professor. Community Medicine

Sahiwal Medical College, Sahiwal Member TAC

Dr. Raees Abbas Lail Asstt. Professor Pathology

Sahiwal Medical College, Sahiwal Member TAC

Dr. Muhammad Shahid Asstt. Professor of Anaesthesia

DHQ/SLMC, Sahiwal Member TAC

Dr. Haroon ur Rehman Gillani Associate Professor Orthopaedics

DHQ/SLMC, Sahiwal Member TAC

Luqman Tabish

Bio-Medical Engineer DHQ Teaching Hospital, Sahiwal

Nominated by the Health Department Member TAC

Dr Altaf Pervez Qasim HOD Forensic Medicine

Sahiwal Medical College, Sahiwal Chairman TAC

Scanned by CamScanner