Indus Health Network Malaria Program Project Management Unit Building .

Transcription

INDUS HEALTH NETWORKMALARIA PROGRAM PROJECT MANAGEMENT UNITBUILDING NO 16, FIRST FLOOR, SECTOR E-11/3 MARKAZ, MPCHS, ISLAMABAD,TELEPHONE: 92518312595-6Bidding Document for the tender forProcurement of furniture, Electronic items and Security itemsProcurement Reference Number: GHD-M/013/11/2020Subject of Procurement:Procurement Reference Number:Date of Bid Issue:Date of Pre-Bid Meeting:Deadline for Submission Of Bids:Public Bid Opening:Procurement of furniture and Electronic itemsGHD-M/013/11/2020November 20, 2020There shall be no pre-bid meetingDecember 02, 2020 03:00 pm local timeDecember 02, 2020 03:30 pm local timeQueries/Questions shall be sent by email only to: The Indus Hospital – Malaria ProjectEmail Address: gfmalariapsm@ghd.ihn.org.pkAttention: Naeem ur RahmanSubject of Procurement and tender reference number must be include in email subject titlePage 1 of 27

DeclarationIssuance of this bid document does not constitute a contractual commitment on the part of The IndusHospital (TIH) Project nor does it commit to pay for costs incurred in the submission of a proposal.All costs of the applicant in the preparation and submission of an offer shall be borne by that applicant.TIH reserves the right to reject any or all proposal and to make no award at all, or to make an awardwithout further discussion or negotiations, if it is considered to be in the best interest of the project.Each bidder is required to submit single stage One envelop proposal (Technical & Financial).DescriptionVolumesProcurement of furnitureDetail as per Annexure AProcurement of Electronic itemsDetail as per Annexure BProcurement of Security itemsDetail as per Annexure CPlanned procurement schedule (subject to changes) is as followsa.b.c.d.e.f.g.h.i.ActivityPublish bid notice date and uploading on TheIndus Hospital sitePre-bid meeting/ Site visitsBid closing datePublic bid opening dateConcluding evaluation processDate of issuing Notification of AwardContract or Purchase order Signing and issueDelivery of Ex-stock quantitiesLast date of receiving all supplies anddeliverablesDateNovember 20, 2020There shall be no pre-bid meetingDecember 02, 2020 03:00 pm local timeDecember 02, 2020 03:30 pm local timeDecember 07, 2020December 8, 2020December 11,2020December 14, 2020December 24, 2020Documents making part of the bidding documentsInstructions to biddersAnnexure-A, B & C Technical SpecificationsAnnexure-DMandatory r Audit and Evaluation FormAnnexure-GSupplier Information FormAnnexure-HCheck ListAnnexure-IThe Indus Hospital GST Exemption CertificateAnnexure-JFinancial Proposal FormatPage 2 of 27

INSTRUCTIONS TO BIDDERSIntroductionThe Indus Health Network (IHN) is a Non-Profit organization, which is growing rapidly andexpanding its Health Programs all over Pakistan. It has supported health programs in Pakistan since2007. The Indus Hospital (TIH) as part of IHN is a Principal Recipient for a Malaria Grant under anInternational Organization’s funding mechanism. TIH, in collaboration with the Provincial malariacontrol programs and Federal Directorate of Malaria Control (DoMC) along with sub-recipients inKPK and Balochistan, is providing malaria prevention & treatment services in the public and privatehealth facilities.Scope of WorkThe Indus Hospital (TIH) invites bids for the tender for Procurement of furniture, Electronic itemsand Security items. The bidders are free to quote for either one type of items all for all.This tender document will also serve the purpose of pre-qualification of bidder/companies for future.Eligible BiddersThis Invitation for Bids is open to all eligible suppliers who fulfill all the required criteria. Bidders shallnot be eligible to bid if they are under a declaration of ineligibility for corrupt and fraudulent practicesissued by any government or non-government organization or international organization.Cost of BiddingThe Bidder shall bear all costs associated with the preparation and submission of their bid, and theProcuring agency named in the Bid document, hereinafter referred to as “the Procuring agency,” willin no case be responsible or liable for those costs, regardless of the conduct or outcome of the biddingprocess.Bid CurrenciesPrices shall be quoted in Pak Rupees.Requirement & SpecificationSupplies shall be received as per the requirement specified in Annexure-A, B & C.Page 3 of 27

Conformance to the specificationBidders shall comply with the given specifications. Purchaser’s use of brand names under thespecifications section is only for reference purpose and setting minimum standards desired from theproducts quoted by participating bidders, but not an endorsement or preference for a particular brand.Products quoted by bidders shall be original products and not counterfeits or copies of the stated orquoted brands, or else both proposal and shipments will be rejected.A bidder shall attach with his bid, all essential certificates product quoted for, including certificates ofauthorization from manufacturer or distributor. Additional special requirements for each product isindicated in the specifications section (Annexure-A, B & C).Bid validity period and contractThe bid validity period is at least forty-five (45) calendar days from the date of the deadline for bidsubmission. A bid valid for a shorter period shall be rejected by TIH as non-responsive.In exceptional circumstances, TIH may solicit the Bidder’s consent for an extension of the period ofvalidity. The request and the responses thereto shall be made in writing.A framework contract using ‘TIH standard contract format’, shall be established and signed betweenthe parties for a period of 03 (Three) months with a possibility of extension on mutual agreement foranother period of 03 (Three) calendar months. Purchase Order(s) shall be given on need basis underagreed contract terms and conductions.Variation of product range and quantitiesTIH reserves the right to increase or decrease the quantities of supplies under the contract withoutany changes in unit price or other terms and conditions. TIH shall order for quantities under thecontract by issue of a separate Purchase Order or a Call-Off Order. The bidder shall fulfill suchrequirements within the delivery schedule included in the bid or as mutually agreed.Use of agreed contract prices by other PRs (of Same donor) and TIHWithin the contract validity period, the purchaser and its partners under the Pakistan grant portfolioof the donor to Fight AIDS, Tuberculosis and Malaria, TIH may utilize the contract resulting fromthis procurement process to order additional quantities of the supplies, without retendering.Page 4 of 27

Price variationsWithin the bid validity period, any changes in prices shall not be accepted and any requests from thebidder for a price increments or stock unavailability shall be considered as non-performance and thusthe contract shall be void.The Bidding ProcedureBidding shall be submitted through a Single Stage–One Envelope Bidding Procedurecomprising a single package containing technical and financial detailsPre-bid meeting and request for clarificationsThere shall no pre-bid meeting.Bidders may seek clarifications and send questions about the bid through email addressgfmalariapsm@ghd.ihn.org.pk, attention: Mr. Naeem Ur Rahman, Manager Supply Chain,Malaria Program Project Management Unit. The email subject/title should clearly indicate the tenderreference number and the subject of the procurement. A bidder sending a request for clarificationshould provide full names, company name and address and telephone contacts of the company inthe email body: the purchaser shall not respond to anonymous emails. The purchaser shall respondto request for clarifications and questions received not later than three (3) days to the deadline forbid submission.Bid security or bid bondAll bids shall be accompanied with a refundable bid security or bid bond of amount of at least 3%of the total bid price, in currency of the bid, in form of Demand Draft (DD), Call Deposit Receipt(CDR), Bank Guarantee or Pay order in the name of Indus Hospital, with a validity period ofat least ninety (90) calendar days.Bid security or bid bonds of unsuccessful bidders shall be returned to the bidders after/ duringfinalization of successful bidder(s).Bids not accompanied with a valid bid security, in form, amount and duration validity, shall be rejected.The conditions for forfeiture of bid security or bond shall be similar to those specified in the PublicProcurement Rules (PPRA), 2004 of Pakistan.It shall not be mandatory for the bidder to black out, cover or conceal the bid security amount.The correction of non-material arithmetic errors in the bidder’s bid price shall not invalidate an initiallyvalid bid security submitted based on the original total bid price.Page 5 of 27

Submission of BidsThe sealed envelopes shall bear the name and address of the Bidder, the tender reference number andsubject of the procurement.If envelopes are not sealed and marked as required, TIH will assume no responsibility for themisplacement or premature opening of the bid.Sealed bid shall be delivered by hand or by courier services to The Indus Hospital, ProjectManagement Unit – Malaria, Building 16, First Floor, E-11/3 Markaz, MPCHS, Islamabad.It shall be the responsibility of the bidder to ensure that all bids whether delivered by hand or bycourier services are received at the mentioned address before the deadline for bid submission.Soft copy bids or bids sent through emails shall not be rejected.Copies of the bid to be submitted by the bidder:The bidder shall submit one (01) original bid accompanied with two (02) photocopies or copiesof the bid. All pages of the bid must be numbered in sequence, signed/initialed by the authorizedpersonnel of the bidder.The key documents of the bid shall in addition to signing/initialing be stamped or sealed. Bidssubmitted without stamping/sealing and signing/initialing the key document shall be rejected.TIH reserve the right to reject those bids which are not accompanied with two copies.Deadline for submission of BidsAll bids, by hand or by courier must be received at The Indus Hospital, Project ManagementUnit – Malaria, Building 16, First Floor, E-11/3 Markaz, MPCHS, Islamabad, before or onWednesday, December 02, 2020 03:00 pm local time. Any bid received after the deadline for bidsubmission shall not be accepted and shall be returned unopened to the bidder.Public opening of bidsSubmitted bids shall be opened in the presence of bidder’s representatives who choose to attend atThe Indus Hospital, Project Management Unit – Malaria, building 16, First Floor, E-11/3Markaz, MPCHS, Islamabad, on Wednesday, December 02, 2020 03:30 pm local time.To avoiding overcrowding at the public bid opening meeting, only one representative of aparticipating bidder, wearing a COVID-19 protective mask, shall be allowed to attend meeting.Page 6 of 27

Bids evaluation methodology and criteria:A bid that substantially complies with the requirements of the evaluation methodology and criteria,specifications, products required, time schedule and offers the lowest price, shall be selected for awardof contract. A bid that doesn’t substantially meet the requirements of the bid shall not be shall beconsidered non-responsive and shall be rejected.Contacting the Procuring AgencyNo Bidder shall contact the Procuring agency on any matter relating to its bid, from the time of thebid opening to the time of contract award. A bidder shall not provide any further information relatedto the submitted bid after the deadline for bid submission, unless requested by the purchaser. A biddermay in writing inquire about the status of the procurement process or submit a requests forclarifications or request for a review after release of results of bid evaluation process.Any effort by a Bidder to influence the Procuring agency in its decisions on bid evaluation, bidcomparison or contract award may result in rejection of the Bidder’s bid.Calculation Error AdjustmentIf withholding, transportation or other indirect cost calculation are not shown or not mentioned inthe financial proposal, the quoted prices shall be considered as prices inclusive of all taxes.TIH shall correct any non-material arithmetic errors in the bid price provided that such correctionsdo not constitute amendment of quoted unit prices.If a bidder does not accept the final price based on TIH’s re-computation and correction of errors,his/her bid may be rejected.If there is a discrepancy between words and figures, the amount in words shall prevail.Purchaser’s request for clarifications during bid evaluationTo assist in evaluation and comparison of Bids the Procuring Entity may, at its discretion, ask thebidder for a clarification of its Bid and submission of additional supporting information. The requestfor clarification and the response shall be in writing and shall not change the unit prices or substanceof the Bid.A request for historical documents of the bidder, such as company registration documents, practicinglicenses, previous contracts, product registration status, bidder’s bank information, and company’scapacity shall not be considered as a material change in the nature of the bid.Page 7 of 27

Negotiation of prices and delivery scheduleAs per TIH normal practice, TIH may negotiate with the selected bidder(s) to bring the prices of theselected bidder within the market range, align prices with the previous TIH contract prices,accommodate offer of discounts and donations and/or finalize the delivery schedule.Award decisionAfter identifying the lowest price offer in compliance with technical specifications mentioned inAnnexure- A, B & C, TIH reserves the right to award the contract to single or multiple bidders.Termination of the procurement processTIH reserves the right to cancel the tender process and reject all bids at any time prior to award of thecontract without thereby incurring any liability to the affected bidder(s) or any obligation to provideinformation on the grounds for the buyer’s action.Delivery site of SuppliesThe bidders shall include into their bid price the cost of transportation of supplies to thelocations indicated in annexure A, B & C, this shall also include the cost of loading andoffloading. Locations will be:1. Islamabad2. Peshawar3. QuettaThe exact locations address along with quantities will be shared with the successful biddersthrough purchase order.Delivery date and consideration of ex-stockAll quantities of Annexure B &C under this bidding document shall be delivered on ex-stock basisand not later than December 18, 2020. Priority shall be given to bidders with technically qualifiedproducts, offer competitive prices, with available ex-stock.A bidder should clearly indicate in the bid product quantities that are ex-stock and ready forimmediate delivery. A bidder not specifying ex-stock quantities shall be deemed not to have exstock.In case the ex-stock quantities available with the best evaluated bidder does not meet the demand ofthe programme, TIH reserves the right to award partial quantities to the first, second and third bestPage 8 of 27

evaluated bidders up to the maximum of the programme’s requirements, even where award pricesmay vary from one bidder to another.Payment MethodPayment shall be made through Account Payee Cheque within 45 (forty-Five) days after satisfactorydelivery of items and inspection of supplied equipment in compliance with specification, biddingdocument and contract signed with the supplier.TaxesDeduction of Income Tax at source shall be applicable as per the Income Tax Ordinance 2001 asamended from time to time.TIH is exempted from General Sales Tax on supplies. Refer “Annexure G” for the exemptioncertificate.Meet or Exceed Requirements in the bidThe requirements provided in this document are the minimum requirements of TIH. The applicantsshall meet or exceed the requirements provided they offer competitive prices.In case a bidder exceeds the minimum specifications indicated in the bid or provides alternativespecifications and addition supplies and services, the bidder should highlight such information in thebid to enable TIH to identify modified specifications and requirements.In case the bidder’s extra specifications and additional accessories come at an additional cost beyondthe standard package prices, the extra supplies or services shall be highlighted in the bid to enable TIHto conduct a value-for-money analysis and make a decision.Notification of AwardPrior to the expiry of the bid validity period, TIH shall issue a Notification of Award to the successfulbidder in writing informing that his bid has been accepted. The Notification of Award shall denotethe formation of a contract subject to the signing of a formal contract and/or issue of a PurchaseOrder (PO). Simultaneously, all bidders who participated in the tender shall be notified that theirproposals were unsuccessful.Challenging the notification of awardAll bidders shall have a maximum of 24 hours, from the time of receipt of the tender awardnotification, within which to seek clarification or challenge the award decision. Prior to signing of aformal contract, TIH shall endeavor to resolve all complaints, disputes, and issue clarifications thereofPage 9 of 27

within 24 hours from the time of receiving queries from the bidders.In case TIH finds the complaint or request for clarification submitted by the bidders to be truthfuland/or of material nature, TIH shall recall the notification of award, at no liability and costs from thenotified bidder. TIH shall review the award decision and issue a new notification of award.Lodging of a compliant or seeking clarification on an award decision by a bidder may not prevent TIHfrom proceeding with the contracting process and issue a purchase order or formal signing of contract,provided that the bidder’s query is considered to be non-material or of no consequence to the resultingcontract.Performance security or bondThe bid security or bond of a successful supplier shall be held to serve as the Performance Bond untilwhen the contract is satisfactory performed, the bid bond expires or contract expires, whichevercomes first.The bid security or bond shall be released upon satisfactory performance of the contract, lessdeduction of any applicable liquidated damages.In case the bid security or bond expires in the presence of a valid contract, the supplier shall berequested to replace the bid security or bond with valid performance bond covering the period of thecontract and amounting to 10% of the original contract price.A successful supplier shall be free to replace any bid security or bond with valid performance securityor bond covering the period of the contract and amounting to 10% of the original contract price.The conditions for forfeiture of bid security and performance bond shall be similar to those specifiedin the Public Procurement Rules of Pakistan.Where a bid security or bond is retained to serve as the performance bond, the forfeiture conditionsapplicable to the performance bond shall apply to the bid security.Liquidated damagesLiquidated damages of 3% of the contract price shall apply per day of delayed delivery of supplies,counted from the stated delivery date as agreed in the signed contract. The maximum amount ofliquidated damages shall be 10% of the contract price, and thereafter TIH reserves the right toterminate the contract.In addition, TIH reserve the right to cancel part or all liquidated damages upon the bidders submissionof acceptable reasons and supporting documents.If TIH cannot deduct the liquidated damage from pending payments, TIH shall claim the entirePage 10 of 27

amount of the performance security or performance bond from the guaranteeing institution, deductthe applicable liquidated damage amount, and return the balance of the funds to the bidder.Defective products, forged documents and Blacklisting of biddersBidders submitting forged documents, supplying counterfeit or defective products or samples shall beblacklisted from participating in any procurement under any grant funded by the common donor tofight AIDS, Tuberculosis and Malaria in Pakistan and a copy of the blacklisting notice shall be sent tothe respective Public Procurement Regulatory Authority of Pakistan.Page 11 of 27

Annexure # AFurniture ItemsS. NoItem NameItem DescriptionNumber ofitems requiredDelivery g chairImported computer chair, hydraulic system, Steel frame, adjustable pedestal,having 5-stars with durable & load bearing caster wheels602418222Visitor ChairImported static chair, Coating Steel Frame 1", seat and back cushion, best qualityguaranteed foam with arm rest481218303Conference table60334Office TableIn 3 pieces, size: 11ft x 3.5ft Structure made of 25x25mm thick mild steel squarepipe, with wall thickness 1.2mm, with 04-nos rubber shoes 25x25mm goodquality. Finished with NC silver paint. Top size: - 1600 x800 x24mm Top made of24mm thick high density chipboard. Pressed with lamination sheet on both sides.Complete finished with NC lacquer. Table back and one side closed with panelsas other side drawer box fixed. Wooden Screw for top: - 1-1/2” x 8 – (properlycounter sinked) Steel Screw for box: - 1-1/4” x 8Size: 1600 x800 x760mm(H) Structure Size: - 1580 x710 x730mm Structure madeof 25x25mm thick mild steel square pipe, (Mild steel/cold rolled IIL Karachi)having wall thickness 1.2mm. Having 04-nos rubber shoes 25x25mm goodquality. Finished with NC silver paint. Top size: - 1600 x800 x24mm Top made of24mm thick high density chipboard. Pressed with lamination sheet on both sides.Table having one side drawer box consists of 3-drawer Top drawer lockable.Drawer box made of 18mm thick lamination board edged covered with Sheeshamveneer, Drawer trays made of MDF 16mm thick fixed with imported channelsand tray bottom made of 2.5mm thick MDF only one side pressed withlamination sheet. Complete finished with NC lacquer. Table back and one sideclosed with panels as other side drawer box fixed. Wooden Screw for top: - 11/2” x 8 – (properly counter sinked) Steel Screw for box: - 1-1/4” x 815195Meeting table(Wooden)Wooden Rectangular Conference Table Size:2400 x 1200 x 750Unit top to be made of 25 mm thick melamine laminated MDF board, All edgesto be covered with 1.2 mm thick PVC edging, base made of solid wood. ColorBrown116Wooden Roundtable with topGlassRound Shape: Size: 900 Dia X750 mm H, Unit top to be made of 25mm thickmelamine laminated MDF board. All edges to be covered with 1.2 mm thick PVCedging, base made of Imported metal structure with powder coated finish. ColorBrown1134TotalpricePage 12 of 27

7Work Station(Wooden)Desks in the P SQUARE system are based on a frame rack construction. Topsare fixed to a metal frame made of 40x20 mm sections. 40x40 mm metal legsscrewed to the frame. The solution shall ensure a stabile construction. All desksand extensions of the P SQUARE system shall be in two options: a basic onewith level regulators, and with height adjustment in the range of 12 cm (69-81cm).4X2 84X2 88Office DrawerSize: 400 X 570 X 470 mm Complete unit to be made of 18mm thick WHITEmelamine laminated MDF board. Edges to be covered with 1.5 mm thick PVCedging. Unit to have 03 drawers, central locking.12129Office TableWith RackTable with side rack Size: 1500 x 750 x 750 mm H Rack: 1000 x 400 x 700 mm HUnit to be made of 25mm thick melamine laminated MDF board. All edges to becovered with 1.2 mm thick PVC edging, Base made of M.S pipe powder coatedfinished structure, having rack with 03 drawers. Color Brown7310WoodenCupboard4411Foot restWooden202012Sofa set 6 seaterfor visitor areaSize: 800 x 400 x 2000 mm Unit to be made of 18mm thick laminated melamineboard with PVC edging on all sides, Unit to have five 04 shelve including top,each Nos 02 accommodating box files. Color BrownIt gives feet base support with wooden tick colored high quality polished naturalwooden designed Foot rest promotes stress free posture and reduces pressure onthe back of the feet. it gives relax to ankle adjustable slip resistant heavy dutysurface platform. Size - 44(L) x 29(w) x 12(h). Color BrownColor : Blue GreySeat Material: VelvetClearance from Floor: 5 InchFrame Material: Wrought IronType : 2 Seater ( 3 Pieces)Size :900*850*8501113Visitor TableWooden withglass top1114Wooden FoldingPartitionProduct Dimensions: Length (47.2 inches), Width (27 inches), Height (14 inches)Primary Material: Metal, Subtype: mild steel, Secondary Material: MDF, Subtype:Engineered Wood Color : WhiteA minimalist marvel, The Marcel coffee table is elegant, sleek, and undeniablystriking, Assembly RequiredMade from MDF (Motif) and Mango Wood (Frame)Antique Style Burnt Wood Finish (Antique Black and Brown Finish)4 Panels, Each Panel Size: 72 inches height (6 ft approx.) x 20 inches width(front) x 1 inches approx. thickness2215Plastic Table withchairsCenter/ coffeeTableTable with Six chair Set (Standard Size)11Round shapesize: 600X600X450mm H Wooden751642Page 13 of 27

Electronic ItemsS. No123Annexure # BItem NameAir-conditionerRefrigeratorMicrowave ovenItem Description 1.5 Ton (1800BTU) DC InverterHeat & Cool Wall mountedMinimum 1 Year Parts and 2 years compressor localservice center warrantyOperating voltage 220-240VPhysical appearance white colored preferredDistributor or reseller certificate is requirement.Works on as low as 135V (No Need for Stabilizer)Modern Door Handle designAnti-fungal removable gasketWider and Deeper Body DesignTwo door6 cubic Ft1 year local service center parts and service warrantyCompressor Warranty 12 YearDistributor or reseller certificate is requirement.Capacity (liters) 32,Control System ElectronicGrill, Nominal Power microwave 900WNominal Power grill 1100WMicrowave Power levels 06Voltage / Frequency 230V/50HzOpening door Handle, Defrost SettingCooking End Reminding1 Year Local Service Center WarrantyDistributor or reseller certificate is requirement.Number 360337133UnitPriceTotal pricePage 14 of 27

4Air-conditioner floorstanding 22 02 ton, 2400 BTU DC Inverter (Heat & Cool)Minimum 2 Years Parts and 2 Years Compressor localservice center warranty onsite.LED Display, Auto restartLow Voltage Startup at 160VLong distance air flow 10 M4 Direction Auto-SwingAnti-Corrosion treatment in evaporatorPhysical appearance white colored.Copper and Aluminum Fin evaporator and condenser,Sleep Mode, R410a GasDistribution or reseller certificate is requirement. 3.5L Cold Water Tank1.6L Hot Water Tank20L Refrigerator CompartmentMinimum one year local service center warranty.22 Heating Speed 4-6 minutesPower (W) 1800-2000wHeating Method Underpan Heating, Voltage (V)220VThermalAutomatic Shut-offCapacity 2.0LFunction Safety Auto-Off Function1 Year service center warranty.221161212 56Water dispenserElectric Kattle 78Heater GasHeater Blower Rinnai or equivalentHeating capacity: Strong 3.26kW (2 ,800 kcal / h)Dimensions: 416mm width 455 x height 279 x depthWeight: 7.0kg Gas: Consumption 3.26kW (2 ,800 kcal/ h)Minimum One Year Local service center warranty.Main Machine (2000W)Two Heat Settings, (1000W)(2000W)Adjustable Thermostat ControlPower Indicator Light, Over Heat Safety Cut out,Cool Air Flow for summersPortable HandleOne Year Local Service Center Warranty005Page 15 of 27

9101112UPS BatteryPhone SetTelephone ExchangePaper shredder Machine 220 AH Lead Acid Battery6 Months Official WarrantyPanasonic KX-T 7705 or equivalent 2 Line LCD Display (16 Digits & Date / Pict) Caller ID Compatible Caller ID Memory: 30 Numbers Redial: 5 Numbers Speakerphone for Hand free ConversationLanguage: English Power source: From Telephone Line ( No NeededBatteries) 1 Year Service Center Warranty.Panasonic KX-NS500 (6 2 16) with Console DT543 orEquivalent 2 x Panasonic Exchange Card 16-ports 1 x Master Set Minimum 4 x Direct Lines Distributor or reseller authorization letter isrequirement. One-year service center warrantyNoteExchange will be configured by supplier 16 sheet cross cut shredder Jam Free- anti-jam technology, Touch guard- safety protection, Auto Power Offenergy saving Shred size 4 x 25mm, Security Level P426.5 Liter pull out waste bin Destroys CDs & shreds credit cards20 minute duty cycle One year Official Warranty4420201111Page 16 of 27

1314LED TVBracket Fan 15LED TV 32" HD Ready LED TV Resolution (1336 x 768)Crystal Clear PanelWide View AngleWi Fi Connectivity2 USB & 2 HDMI Ports6 6 Watts Speaker, Backlight (DLED), Channels200 DTS, T2 & C2 (Digital Tuner & Cable Tuner)Digital Out, USB Play Control in Remote, ECO –FriendlyOne Year Local Service Center warrantyEnergy efficient Electrical Steel Sheet and 99.9% PureCopper Wire.High quality paint for superior finishing, Jerk freeoscillation3 speed options and 90 Degree horizontal oscillationAerodynamically designed Aluminum blades formaximum air delivery, Packed in strong corrugatedcartons with protective thermophore, Size:18'' , Blades: 031 Year local warranty55" HD Smart Ready LED TV Resolution(3840X2160)Crystal Clear PanelWide View AngleWi Fi Connectivity2 USB & 3 HDMI PortsProcessor Quad CoreAudio (Dolby Digital)DTS, T2 & C2 (Digital Tuner & Cable Tuner)Digital Out, USB Play Control in RemoteECO – Friendly , One Year Local Service CenterWarranty116611Page 17 of 27

16Pedestal Fan Size: 18’’ Copper wiringComplete Metallic Body1750 mm Flexible 2 Core Wire with 3 Pins PlugEnergy Efficient Durable MotorRustproof Strong BodyNoiseless PerformanceOne Year Local Warranty22Page 18 of 27

Security itemsS. NoAnnexure # CItem NameItem DescriptionNumber ofitemsrequired atIslamabad42 NVRCP-UNC-TA30Camera CCTV CP Plus IP cameraRequired 16 channelNVR 16 channel CP plus3

MALARIA PROGRAM PROJECT MANAGEMENT UNIT BUILDING NO 16, FIRST FLOOR, SECTOR E-11/3 MARKAZ, MPCHS, ISLAMABAD, TELEPHONE: 92518312595-6 . Procurement Reference Number: GHD-M/013/11/2020 Date of Bid Issue: November 20, 2020 Date of Pre-Bid Meeting: There shall be no pre-bid meeting