BID EVALUATION SHEET Package No/Tender Number: 119144T030520191818 Name of the Equipment and Qty: Hematology Analyzer-1 PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION) (All evaluation parameters defined below are mandatory for compliance) 1 2 3 4 5 6 7 8 9 Sr. No. Evaluation Parameters A.M. Sales & Services Ali Scientific Traders Business World Diagnostic Medical Associates Ittehad Engineering International Mian Scientific Corporation (Pvt) Ltd Nycotech Incorporation Popular International (Pvt) Ltd SciPro Solutions 1 Complete item with accessories and optional Yes / No Yes No* No* Yes Yes Yes Yes Yes No* 2 Affidavit from Bidder (as per Supplier Declaration Template) Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes 3 Bid Validity Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes 4 Delivery Period Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes 5 Compliance of Warranty as per tender Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes Remarks: (Eligible/ Not 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 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) *No UPS offered.
22
Embed
PART- I KNOCK DOWN CRITERIA - (COMMERCIAL … · 2019. 6. 5. · Model Advance Not Mentioned Hygenius The Classic The Classic Getidy Not Mentioned Model No. Not Mentioned Not Mentioned
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Hematology Analyzer-1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5 6 7 8 9
Sr.
No. Evaluation Parameters
A.M. Sales &
Services
Ali Scientific
Traders
Business
World
Diagnostic
Medical
Associates
Ittehad
Engineering
International
Mian
Scientific
Corporation
(Pvt) Ltd
Nycotech
Incorporation
Popular
International
(Pvt) Ltd
SciPro
Solutions
1 Complete item with
accessories and optional Yes / No Yes No* No* Yes Yes Yes Yes Yes No*
Eligible Eligible Not Eligible Not Eligible Eligible Eligible Not Eligible Not Eligible Eligible Not Eligible
BID STATUS:
Responsive/
Substantially
Responsive/N
on-
Responsive
Responsive Non
Responsive
Non
Responsive Responsive Responsive
Non
Responsive
Non
Responsive Responsive
Non
Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. No UPS offered.
b. The vendor failed to establish link with the product, which may result in delay or
even unattended warranty claims and after sale services.
c. Sole distributor of this product is Popular International, which itself has appeared in
the bidding with the same product/brand/model, which may be considered a better
option while considering same product.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Consequently, the Bid of M/s Ali Scientific Traders for the supply and installation
of Hematology Analyzer may be considered as NON-RESPONSIVE.
3.
a. No UPS offered.
b. The vendor failed to establish link with the product, which may result in delay or
even unattended warranty claims and after sale services.
c. Sole distributor of this product is Popular International, which itself has appeared in
the bidding with the same product/brand/model, which may be considered a better
option while considering same product.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Consequently, the Bid of M/s Business World for the supply and installation of
Hematology Analyzer may be considered as NON-RESPONSIVE.
4.
a. Technically found RESPONSIVE.
5.
a. Technically found RESPONSIVE.
6.
a. Price quoted on RR Basis (Reagent Basis) which was not demanded in the tender
documents/conditions as parameter.
b. This practice was made by the vendor intentionally, so that its quoted rate might
look as far low than its competitors.
c. Reagent rates have been checked from the vendor and from the market as well. It
was found that if this product would be purchased on RR Basis, the per test cost
would become substantially high causing extra burden on the budget of the hospital.
d. Consequently, the Bid of M/s Mian Scientific Corporation (Pvt) Ltd. for the supply
and installation of Hematology Analyzer may be considered as NON-
RESPONSIVE.
7.
a. Bank statement showing very low balance throughout the period (Balance less than
Rs. 200,000/-). Even the overall turnover is very nominal which is again a question
mark that the firm can supply bio-medical equipment of value and thereby provide
standard warranties and after sale services.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Reagent rates have been checked from the vendor and from the market as well. It
was found that reagent rates for this machine are too high and if this machine would
be purchased, the per test cost would become substantially high causing extra
burden on the budget of the hospital.
f. Consequently, the Bid of M/s Nycotech Incorporation. for the supply and
installation of Hematology Analyzer may be considered as NON-RESPONSIVE.
8.
a. Technically found RESPONSIVE.
9.
a. No UPS offered.
b. The vendor failed to establish direct link with the product, which may result in
delay or even unattended warranty claims and after sale services.
c. Bank statement showing very low balance throughout the period (Balance less than
Rs. 200,000/-). Even the overall turnover is very nominal which is again a question
mark that the firm can supply bio-medical equipment of value and thereby provide
standard warranties and after sale services.
d. Not enough data provided on product specifications, catalogues and/or supply
orders.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
f. Consequently, the Bid of M/s SciPro Solutions for the supply and installation of
Hematology Analyzer may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Dental Autoclave-1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5 6 7
Sr.
No. Evaluation Parameters Advance System Business World Forcare
Ittehad
Engineering
International
Scientific
Solutions SciPro Solutions Waqas Brothers
1 Complete item with accessories
and optional Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
4 Delivery Period Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
5 Compliance of Warranty as per
tender Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
Remarks:
(Eligible/ Not
Eligible for
further
evaluations of
PART-II)
Eligible for further
evaluations of
PART-II
Not 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
Eligible for
further
evaluations of
PART-II
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3 4 5 6 7
Item
Sr. No
SPECIFICATION
COMPLIANCE
/EVALUATION
PARAMETERS
Advance System Business World Forcare
Ittehad
Engineering
International
Scientific
Solutions SciPro Solutions Waqas Brothers
2 Name of
Equipment
Brand Prestige Medical
UK Tanda Fona Dental Yeson Yeson Zhejiang Getidy Not Mentioned
Model Advance Not Mentioned Hygenius The Classic The Classic Getidy Not Mentioned
Model No. Not Mentioned Not Mentioned Not Mentioned YS-22L YS-22L Not Mentioned Not Mentioned
Price Quoted 575,000/- Not Considered 610,000/- 391,875/- 348,750/- Not Considered Not Considered
Country of Manufacturer UK Not Mentioned Italy China China China Not Mentioned
Country of Origin of Product UK Not Mentioned Italy China China China Brazil
Compliance with defined quality
standards (Like FDA 510k, MDD, Jp
MHLW etc. as mentioned in the
specifications or as standard
requirement)
Not Attached Not Attached Not Attached Not Attached Not Attached Not Attached Not Attached
Specifications/Sample Evaluation:
Technically
Acceptable
/Not (Mention the
reasons)
Acceptable Not Acceptable Acceptable Acceptable Acceptable Not Enough Data Not Acceptable
Technical Eligibility of Product: Eligible / Not
Eligible Eligible Not Enough Data Eligible Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not
Eligible Eligible Not Eligible Eligible Eligible Eligible Not Eligible Eligible
BID STATUS:
Responsive/
Substantially
Responsive/Non-
Responsive
Responsive Non Responsive Responsive Responsive Responsive Non Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Not enough data presented to show product’s conformity with the tender specifications.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
f. Consequently, the Bid of M/s Business World for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
3.
a. Technically found RESPONSIVE.
4.
a. Technically found RESPONSIVE.
5.
a. Technically found RESPONSIVE.
6.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
c. Product Certifications are missing.
d. Consequently, the Bid of M/s SciPro Solutions. for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
7.
a. Not enough data provided on product specifications, catalogues and/or supply orders.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
e. Consequently, the Bid of M/s Waqas Brothers for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Dental X-Ray (Digital) - 1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5
Sr. No. Evaluation Parameters Advance System Business World Forcare Saarf SciPro Solutions
1 Complete item with accessories and
optional Yes / No Yes Yes Yes Yes Yes
2 Affidavit from Bidder
(as per Supplier Declaration Template) Yes / No Yes Yes Yes Yes Yes
3 Bid Validity Yes / No Yes Yes Yes Yes Yes
4 Delivery Period Yes / No Yes Yes Yes Yes Yes
5 Compliance of Warranty as per tender Yes / No Yes Yes Yes Yes Yes
Remarks:
(Eligible/ Not
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
Eligible for further
evaluations of
PART-II
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3 4 5
Item Sr.
No
SPECIFICATION COMPLIANCE
/EVALUATION PARAMETERS Advance System Business World Forcare Saarf SciPro Solutions
3 Name of Equipment
Brand Tekara Belmont Not Mentioned Trident Skanray Not Mentioned
Model Phot-XII S JYF-10D Rix Intraskan DC DYS
Model No. - - 70DC - Not Mentioned
Price Quoted 550,000/- Not Considered 420,000/- Not Considered Not Considered
Country of Manufacturer Japan China Italy Italy Not Mentioned
Country of Origin of Product Japan China Italy Italy Not Mentioned
Compliance with defined quality standards
(Like FDA 510k, MDD, Jp MHLW etc. as
mentioned in the specifications or as standard
requirement)
Attached Not Attached Attached Not Attached Not Attached
Specifications/Sample Evaluation:
Technically
Acceptable
/Not (Mention the
reasons)
Acceptable Not Acceptable Acceptable Acceptable Not Acceptable
Technical Eligibility of Product: Eligible / Not Eligible Eligible Not Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not Eligible Eligible Eligible Eligible Not Eligible Eligible
BID STATUS:
Responsive/
Substantially
Responsive/Non-
Responsive
Responsive Non Responsive Responsive Non Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Not enough data presented to show product’s conformity with the tender specifications.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. China was not allowed as a country of origin in the tender documents for this particular product.
e. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
f. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
g. Consequently, the Bid of M/s Business World for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
3.
a. Technically found RESPONSIVE.
4.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. Firm own life is less than a year, which may again affect warranties, after sale services and technical support.
c. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
d. Product Certifications are missing.
e. Consequently, the Bid of M/s Saarf Medical Solutions for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
5.
a. Not enough data provided on product specifications, catalogues and/or supply orders.
b. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
c. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
d. Product Certifications are missing.
e. Consequently, the Bid of M/s SciPro Solutions for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Digital CR System for X-Ray - 1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
/Not (Mention the reasons) Acceptable Acceptable Not Acceptable
Technical Eligibility of Product: Eligible / Not Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not Eligible Eligible Eligible Not Eligible
BID STATUS:
Responsive/ Substantially
Responsive/Non-
Responsive
Responsive Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Technically found RESPONSIVE.
3.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. The brand of the product offered has no or least presence in Pakistan.
c. Seemingly a fake authority letter from the parent company was produced having dated as 08-01-2019 in favour of THQ Hospital Bhera, whereas present tender was floated in early May 2019.
d. Firm own life is less than a year, which may again affect warranties, after sale services and technical support.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
f. Product Certifications are missing.
g. Consequently, the Bid of M/s Saarf Medical Solutions for the supply and installation of Digital CR System for X-Ray may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
COMPARATIVE STATEMENT DENTAL ITEMS TENDER 2018-19
DEMAND ESTIMATES FOR
THE PURCHASE OF DENTAL
ITEMS DURING THE YEAR
2018-19, FOR THQ HOSPITAL
BHERA
5 VENDORS' COMPARATIVE RATES
Sr
#.
Laboratory
Items/
Chemicals
Estimated
Quantity Unit Advance System Business World Forcare Scientific System SciPro Slutions Waqas Brothers Waqas Traders