bidding documents · 2020-02-10 · procuring agency shall respond in writing to any request for...

169
DISTRICIT HEALTH AUTHORITY (RAJANPUR) BIDDING DOCUMENTS FOR PROCURMENT OF MEDICAL EQUIPMENT BID REFERENCE NO. CEO(DHA) RAJANPUR-(M&E)2019-2020 (YEAR 2019 - 2020)

Upload: others

Post on 05-Jul-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DISTRICIT HEALTH AUTHORITY

(RAJANPUR)

BIDDING DOCUMENTS

FOR

PROCURMENT OF MEDICAL EQUIPMENT

BID REFERENCE NO. CEO(DHA) RAJANPUR-(M&E)2019-2020

(YEAR 2019 - 2020)

Page 2: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TABLE OF CONTENTS

Letter for Invitation .....................................................................................................................

Instructions To Bidder ................................................................................................................

General Instructions ..............................................................................................................................

1. Content of Bidding Documents ............................................................................................

2. Source of Funds ..........................................................................................................................

3. Eligible Bidders ..........................................................................................................................

4. Eligible Goods and Services ...................................................................................................

5. Cost of Bidding ............................................................................................................................

6. Clarification of Bidding Documents....................................................................................

7. Amendment of Bidding Documents ...................................................................................

8. Qualification and disqualification of Bidders .................................................................

9. Corrupt or Fraudulent Practices..........................................................................................

Preparation of Bids .................................................................................................................................

10. Language of Bid ..........................................................................................................................

11. Documents Comprising the Bid ...........................................................................................

12. Bid Form and Price Schedule ................................................................................................

13. Bid Prices ......................................................................................................................................

14. Bid Currencies ............................................................................................................................

15. Documents Establishing Bidder’s Eligibility and Qualification ...................................

16. Documents Establishing Good’s Eligibility and Conformity to Bidding Document .....

17. Bid Security ..................................................................................................................................

18. Bid Validity ...................................................................................................................................

Submission of Bids .................................................................................................................................

19. Format and Signing of Bid ......................................................................................................

20. Sealing and Marking of Bids ..................................................................................................

21. Deadline for Submission of Bids ..........................................................................................

22. Late Bid ..........................................................................................................................................

23. Withdrawal of Bids ...................................................................................................................

Bidding Procedure ..................................................................................................................................

24. Single Stage-Two Envelops Bidding Procedure .............................................................

Opening and Evaluation of Bids ........................................................................................................

25. Opening of Bids by the Procuring Agency........................................................................

26. Clarification of Bids ..................................................................................................................

Page 3: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

27. Preliminary Examination .......................................................................................................

28. Evaluation and Comparison of Bids ...................................................................................

29. Evaluation Criteria ....................................................................................................................

30. Contracting the procuring agency ......................................................................................

31. Rejection of bids .........................................................................................................................

32. Re-bidding ....................................................................................................................................

32. Announcement of evaluation report ..................................................................................

33. Award of contract………………………………………………………………………………………

34. Acceptance of bid and award criteria… ………………………………………………………..

35. Quantity of an Item ……………………………………………………………………………………

36. Limitations of negotiation…………………………………………………………….……………

37. Notification of Awards .............................................................................................................

38. Signing of Contract ....................................................................................................................

39. Performance Guarantee ..........................................................................................................

40. Schedule of Requirements .....................................................................................................

41. Redressal of grievances by the Procuring Agency ........................................................

DRAFT CONTRACT/AGREEMENT

Contract Form ………………………………………………………………………………………………….

General Conditions of Contract ................................................................................................

Definitions ..................................................................................................................................................

Application.................................................................................................................................................

Country of Origin .....................................................................................................................................

Standards ...................................................................................................................................................

Use of Contract Documents and Information ...............................................................................

Patent Rights .............................................................................................................................................

Ensuring storage/installation arrangements ..............................................................................

Inspection and Tests ..............................................................................................................................

Physical examination/Inspection of goods ...................................................................................

Delivery of Documents ..........................................................................................................................

Insurance ....................................................................................................................................................

Transportation .........................................................................................................................................

Incidental Services ..................................................................................................................................

Warranty ....................................................................................................................................................

Payment ......................................................................................................................................................

Prices ...........................................................................................................................................................

Page 4: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Contract Amendments ..........................................................................................................................

Assignment ................................................................................................................................................

Subcontracts .............................................................................................................................................

Delays in the Supplier’s Performance .............................................................................................

Penalties/liquidated Damages ...........................................................................................................

Termination for Default ........................................................................................................................

Force Majeure ...........................................................................................................................................

Termination for Insolvency ................................................................................................................

Arbitration and Resolution of Disputes ..........................................................................................

Governing Language ..............................................................................................................................

Applicable Law .........................................................................................................................................

Notices .........................................................................................................................................................

Special Conditions of Contract ................................................................................................

ANNEXURES

Performance Guarantee Form ................................................................................................................

Bid Form .........................................................................................................................................................

Price Schedule (CFR/CPT type) ............................................................................................................

Price Schedule (DDP type) ......................................................................................................................

Bid Evaluation Report (Template)……………………………………………………………………………

Supplier & Manufacturers Declaration Form…………………………………………………………….

Technical Specifications………………………………………………………………………….......................

Page 5: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

INVITATION OF BIDS

Page 6: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

A. INSTRUCTIONS TO BIDDERS (ITB)

General Instructions:

1. Content of Bidding Document 1.1 The goods required, bidding procedures, and Contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Instructions to Bidders (ITB); (b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC); (d) Schedule of Requirements; (e) Technical Specifications; (f) Contract Form; (g) Authorization Form; (h) Performance Guarantee Form; (i) Bid Form; and (j) Price Schedule

1.2 In case of discrepancies between the Invitation to Bid and the Bidding Documents listed in 1.1 said Bidding Documents shall take precedence. 1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.

2. Source of Funds 2.1 (Govt. of Punjab/DHA, Rajanpur).

3. Eligible Bidders

3.1 A Bidder shall be a private, public or government owned legal registered entity with the formal intent (as evidenced by a letter of intent) to enter into an agreement or under an existing agreement. 3.2 The bidder must be an active payer. National Tax Number (NTN) and General Sales Tax Number with documentary proof shall have to be provided by bidder(s). 3.3 A Bidder who has been barred or disqualified/blacklisted either by any Government/ Department/ Agency/ Authority would not be eligible to submit the Bid. The Bidder will submit an affidavit to this effect. 3.4 If the Government of Pakistan prohibits commercial relations with any country, any bidder/goods of such countries/dealing with such countries are ineligible to apply. 3.5 The bidder can submit only one bid against an item. If the bidder quotes an alternative bid or submit two bids then the bidder will be considered as non-responsive. 3.6 The bidder shall provide all information required in the bidding documents (evaluation criteria & specifications etc.) and documents to substantiate its claim for eligibility. 3.7 Additional eligibility requirement (if any) is defined in the Bid Data Sheet.

4. Eligible Goods and Services 4.1 Further, country of origin of goods could be from any geographical region of the world as per laws of Pakistan. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. 4.3 The quoted electric equipment must comply with the Standard Electrical Power System of the Country i.e., 220 V/50 Hz.

5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation to Bids. The

Page 7: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days) specified in Bid Data Sheet.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. Such amendment/response shall be uploaded on the website of procuring agency or sent to all prospective Bidders that have received the bidding documents, and shall be binding on them. 7.2 The Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.

8. Qualification and Disqualification of Bidders 8.1 The Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause 29.2. 8.2 The determination shall take into account the Bidder’s financial, technical or production capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts, engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop facilities to provide the after sales services. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well as such other information/ premises visit as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false, fabricated and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be debarred & blacklisted as provided in Punjab Procurement Rules, 2014.

9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of PPR 2014 and its subsequent amendments, if any, the Procuring Agency:

a. defines, for the purposes of this provision, the terms set forth below as follows: (i) coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain or to cause a wrongful loss to another party; (ii) Collusive practice by arrangement between two or more parties to the procurement process or contract execution, designed to achieve with or without the knowledge of the procuring agency to establish Prices at artificial, noncompetitive levels for any wrongful gain; (iii) Corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain; (iv) fraudulent practice by any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (v) obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract or deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights.

b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare

Page 8: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components:

(a) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with ITB Clause 15 that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with ITB Clause 16 that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form (Annex-A) and an appropriate Price Schedule (Annex-B), furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, quantity, prices, make, model, country of origin, country of manufacturer and port of shipment in case of imported equipment.

13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the Unit Prices and Total Package Price of the goods, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of goods according to the technical specifications for complete package/tender. Optional items are mandatory to quote but will not be considered while determining the lowest bidder. The specifications of goods, different from the demand of enquiry and packaged items, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted. 13.6 The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) as specified in the

technical specifications. In case both modes are mentioned in the technical specifications, the bidder

shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be

rejected.

14. Bid Currencies 14.1 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. 14.2 State Bank of Pakistan’s foreign currency selling rate will be considered from the date of opening of Financial Bid for comparison purposes.

15. Documents Establishing Bidder’s Eligibility and Qualification. 15.1 The Bidder shall furnish, as part of its technical bid, documents (as specified in ITB Clause 3 above) establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall be as specified in the evaluation criteria, technical specifications etc.

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents

Page 9: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods (as specified in the evaluation criteria, technical specifications etc.), which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered. 16.3 The bidder is required to arrange sample (s) of quoted equipment for evaluation on direction of the department; the bidder shall provide the sample or give demonstration as per requirement for evaluation/ satisfaction of the Committee.

17. Bid Security 17.1 The value, validity & shape of Bid Security to be submitted by a bidder along with its bid is indicated in the Bid Data Sheet.

18. Bid Validity 18.1 Bids shall remain valid for a period, after opening of a bid, as specified in the Bid Data Sheet. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Any extension in bid validity will be dealt as per mechanism provided in rule 28 of Punjab Procurement Rules, 2014.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in case of tender with the permission of alliance/ Joint venture for the bidding of complete package i.e. more than one item in a single tender) or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of bidder.

20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. It should contain the package name and its number. 20.2 The inner and outer envelopes shall:

a) be addressed to the Procuring Agency at the address given in the Invitation to Bids; and b) bear the Procuring Agency name and number indicated in the Invitation to Bids, and shall

be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the Invitation To Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.

21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address, time and date specified in the Invitation to Bids.

22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rejected and returned unopened to the Bidder.

23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure 24.1 The procedure for selection of Contractor shall be used for the procurement is specified in the Bid Data Sheet. The detail description of the procedure is described in Rule 38 of Punjab Procurement Rules, 2014.

Page 10: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Opening and Evaluation of Bids

25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation to Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL shall remain unopened and be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall read aloud the Unit Price as well as the Bid amount and shall record minutes of bid opening.

26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid, as provided in Rule 33 of PPR 2014. The request for clarification and the response shall be in writing, and no change in the prices or substance of bid like indication or re-indication of make/model/brand etc. shall be sought, offered, or permitted.

27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids on the basis of Single items/ Complete package (As demanded in the advertised tender), which have been determined to be substantially responsive, pursuant to ITB Clause 25. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of evaluation criteria, technical & managerial capabilities and previous performances of quoted product/model. 28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and other terms and conditions set forth in these bidding documents. 28.4 For the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13 & 14. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as previous performances and such other details as the Procuring Agency at its discretion, may consider

Page 11: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

appropriate shall be taken into consideration and these should be available with the bidder. The following evaluation factors/ criteria will be employed on technical proposals. 29.2 Technical Evaluation Criteria

TECHNICAL EVALUATION CRITERIA

(KNOCKED DOWN CRITERIA)

i. The Bidder shall attach relevant documents as required in Clause 3 of ITB. ii. The bid must comply with the advertised technical specifications of the quoted item.

Incomplete offer will straightaway be rejected. iii. The firms shall also declare the make, model & country of origin of all accessories to

be provided with the equipment. iv. The Bidder shall authorize a representative through Authorization or Power of attorney for

the bidding process. v. The quoted model of the product shall be available on the current official website of

the manufacturer; otherwise the quoted product shall be considered obsolete/ redundant and will straight away be rejected (Bio-medical or imported equipment and machinery).

vi. The quoted product must have at least one-year local market business history. The bidder shall provide Satisfactory Past Performance for quoted Product. (Performance & Installation reports from the concerned institutes to be attached).

vii. The product must comply with International Quality Standards as indicated in the Technical Specifications.

viii. Certificate from the manufacturer that the after sales services / backup services shall be provided jointly with the local sole agent and in case of change of local agent, they will provide the after sales services themselves or through newly appointed agent for the period mentioned from the date of commissioning in case of Bio-medical Equipment.

ix. A Certificate from the manufacturer that the installation will be conducted in conformity with the system requirements by following the professional approach.

x. The bidder will attach the list of relevant Test & Tool Equipment required for repair, maintenance and calibration of the quoted product.

xi. The bidder shall attach Balance Sheets and Income Tax Returns (for Last Two Years). xii. The offer will be considered as responsive if it fully meets the tender requirement and

specifications. The offer which will not be as per requirement of tender and specifications is to be declared as non-responsive. The offer which contains the minor deviations from the specifications and the deviations would not have any kind of effect on the quality, efficiency, reliability and durability of products will be declared as substantially responsive, this need to be determined by the Technical Evaluation Committee. The offers which are declared as Responsive and Substantially Responsive will be considered as equivalent for the onward proceedings of tender.

xiii. The Bidder shall have to present samples of the quoted product within period as mentioned in the Bid Data Sheet on the request of the department for its evaluation.

29.2.1 Bidders are required to submit the information in the following format along with documentary evidence as under.

29.2.2 Profile of the Bidder The Bidders are required to submit its profile.

Sr.# Particulars 1. Registered Office Address Office Telephone Number Fax Number & E-mail

2. Authorized Person Name Personal Telephone Number Email Address

29.3 Financial proposals would be evaluated as follows:

Page 12: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. All bidders’ in attendance at the time of opening of financial proposals shall sign an attendance sheet.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders shall be read aloud. The financial proposal of the technically responsive bidders shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened, and the Unit Price as well as the Bid amount read aloud and recorded. Financial proposals of the technically non-responsive bidders shall be returned unopened as per procedure prescribe in PPR 2014.

iii) Incomplete bid shall stand rejected. All items described in the technical proposal must be priced in financial proposal. Items described in the technical proposal but not priced, shall be assumed to be included in the price of other items.

iv) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and figures, the formers will prevail.

v) The bidders will quote the Price Schedules. The total price of the system will be calculated by converting the price to single currency (PKR) on the exchange rate of date of opening of Financial Proposal; in case of import of item.

vi) In case where both DDP & CFR/CPT prices are required, lowest will be determined on the basis as indicated in the Bid Data Sheet.

30. Contacting the Procuring Agency 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 31.4 The items contained in the tender should be bid in total and technical rejection of any item not complying with the technical specifications may lead to the rejection of complete Tender. 31.5 A procuring agency may for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in Rule 4 of PPR 2014 and shall immediately communicate the decision to the bidders.

32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.

33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least Ten Days prior to the award of procurement Contract.

Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules & regulations, policy of the Government shall be awarded the Contract, within the original or extended period of bid validity for complete package/Tender. 34.2 The Bidder having lesser Bid Security will be rejected as non-responsive and Acceptance of Bid be awarded to next bidder; being the responsive lowest bidder.

Page 13: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

35. Quantity of an Item 35.1 The Procuring Agency reserves the right at the time of Contract award to increase the quantity of goods (15% as repeat order) originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms & conditions.

36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the Punjab Procurement Regulatory Authority and its subsequent amendments, if any.

37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing that its bid has been accepted. 37.2 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules-2014.

38. Signing of Contract 38.1 The Procuring Agency will issue the Notification of Award/Advance Acceptance of Tender (AAT). The firm will submit the required Performance Guarantee within 07(seven) Days after issuance of AAT. After receipt of Performance Guarantee (having validity equivalent to Total warranty period of equipment) and Stamp Duty, the procuring Agency and successful bidder will sign and date the formal Contract. 38.2 If the successful bidder shows inability to sign the contract or failed to deposit Performance Guarantee & Stamp duty etc, then their Bid security/Contract security to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for three years for future participation. In such situation, the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 38.3 The contract is to be made on stamp paper worth of Rs. @ 25 paisa per every one hundred rupees of the total value of the contract, under prevailing clauses of Stamp Act 1899. 38.4 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules – 2014.

39. Performance Guarantee 39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance Guarantee/Security Form. The shape & value of Performance Guarantee to be submitted is indicated in the Bid Data Sheet. 39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 39.3 The firms which have mentioned the extended comprehensive warranty Free of Cost; their percentage of submission of Performance Security will be increased by 1% against each free year e.g., a firm provided extended comprehensive warranty free of cost for 04 years then the firm will bound to submit additional 04% of Performance Security. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

40. Schedule of Requirement 40.1 The supplies shall be delivered/shipped as per schedule of requirement indicated in the Bid Data Sheet. 40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty shall be imposed shall be imposed upon the Supplier as indicated in Bid Data Sheet. 40.3 In case of DDP the delivery period will be started from the date of issuance of Purchase order/signing of the Contract and in the case of CFR/CPT it will be from the date of establishment of LC by the Bank in favor of manufacturer/Beneficiary.

41. Redressal of grievances by the Procuring Agency 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than ten days after the announcement of the bid evaluation report. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process.

Page 14: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

BID DATA SHEET

ITB

CLAUSE DESCRIPTION

3

Basic Eligibility requirements are as indicated in clause 3. Additional Eligibility:

i. All Original manufacturer and authorized Sole Agents of Foreign /

Local Manufacturer are eligible bidders for Medical Equipment /

Plant & Machinery/ Hospital Furniture and Dental Material etc.

ii. All original Manufacturer and authorized distributors of

Manufacturer/Sole Agent are eligible bidders for minor products

for which after sale services are not required.

6 Procuring Agency shall respond to requests for clarification which it received on or before (25.02.2020) in the Office of (CEO, DHA, Rajanpur)

10 Language of Bid & correspondence shall be English.

13.6

The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) specified in the technical specifications. In case both modes are mentioned in the technical specifications, the bidder shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be rejected.

14 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. Including all Ex-work, Transportation, Storage charges till the destination.

17 Bid Security is 2% of estimated cost of each item. 18 90 Days from the date of opening of bids. 19 Joint Venture is not allowed for this tender.

24 Single Stage-Two Envelope Bidding Procedure as per rule (38) (2) (a) of Punjab Procurement Rules 2014 shall be used for selection of Contractors.

N/A Address for communication: (The Chief Executive Officer, District Health Authority, Rajanpur)

29.2 (vi) The Bidder shall have to submit samples /broachers (for Medical Equipment of high cost) of the quoted equipment with Bids.

29.3 (vi)

i. In case where only DDP prices are required, lowest bidder will be

determined on the basis of DDP price (price of the main unit along

with standard accessories for one-year comprehensive warranty plus

extended comprehensive warranty where required in specifications

(Service Level Agreement) in PKR @ Net Present Value on one-year

basis).

39 Performance Guarantee will be 5% of the Contract Value in the shape of Bank Guarantee from any scheduled bank. Bank Guarantee will be valid for the warranty period of the equipment.

40.1

Mode of penalty Shipping/Delivery Period

Without Penalty 30 Days for DDP (No grace period is allowed)

40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 15: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DRAFT CONTRACT/

AGREEMENT

Page 16: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

CONTRACT FORM

(On stamp paper worth Rs. @ 25 paisa per every one hundred rupees of the total value of the contract)

THIS CONTRACT is made at on day of 2020, between the (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Purchaser on behalf of its Procuring Agency invited bids for Framework Contract of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs.____________________ (amount in figures and words) for free delivery items. NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

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

2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz: -

a. the General Conditions of Contract; b. the Special Conditions of Contract; c. the Procuring Agency’s Notification of Award; d. the Technical Specifications accepted & allied requirements; e. the scope of work; f. the Bid & its clarifications. g. any other documents deem appropriate

3. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

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

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto.

7. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies

Page 17: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

available to Government of the Punjab under any law, Contract or other instrument, be void able at the option of Government of the Punjab.

9. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab.

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The decisions taken and/or award made by the Arbitrator shall be final and binding on the Parties.

11. The Contract shall not constitute a partnership between the parties and that the supplier shall not in any manner represent itself as agent or authorized representative of the Procuring Agency of the Government of the Punjab etc. or be considered as such included.

12. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Sign/ Seal by the Supplying firm

Witness

Sign/ Seal by Procuring Agency

1. 2.

1. 2.

Note: 1. In case of alliance; all the firms have to sign this document jointly along with Procuring

Agency, as all firms will bear equal responsibility in execution of the contract.

Page 18: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

B. GENERAL CONDITIONS OF CONTRACT (GCC) 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

c. “The Goods” means equipment and machinery and other items which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillaries to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Procuring Agency, Insurance, transportation of goods up to the desired destinations, commissioning, training and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section. f. “SCC” means the Special Conditions of Contract. g. “The Procuring Agency” means the (Chief Executive Officer District Health Authority, Rajanpur)

or the procuring agency advertised the tender. h. “The Supplier” means the individual or firms or joint venture supplying the goods under this

Contract. i. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

3. Country of Origin 3.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications.

4. Standards 4.1 The items should comply with the relevant international product quality standards or as per standards mentioned in the specifications.

Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency.

6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

7. Submission of Samples 7.1 The samples shall be submitted as per mentioned in the ITB/Evaluation Criteria/Specifications.

8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. The cost of any minor changes in the site of installation will be borne by the supplier. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 19: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

9. Inspections and Tests 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2. For the purpose of inspections and tests of equipment. The Supplier shall furnish all reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. The inspection team will inspect & test the equipment prior to dispatch (where specified) and categorically mentioned in the LC clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such inspection/ lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract.

10. Physical Examination/ Inspection of Goods 10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of the equipment/ goods as per contracted specifications and installation protocols recommended by the manufacturers.

11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods which is maximum 30 Days (DDP) from the date of issuance of this contract. The details of original documents to be furnished by the Supplier is indicated in Technical Specifications.

12. Insurance 12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) or CFR/CPT as mentioned under which risk is transferred to the buyer after having been delivered to final destination; hence, marine and inland insurance coverage is Supplier’s responsibility. The Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the Contract Price.

13. Transportation 13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract.

14. Incidental Services 14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such incidental services include in total Contract price. 14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it, as the Contract shall be construed as fixed amount Contract and includes all costs. 14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no amount to be given in any case except the Contracted amount. 14.4 The Procuring Agency will provide all necessary documents for facilitation and Custom Clearance but no amount be given in any case except the Contracted amount. The Octroi, Clearing Charges, transportation etc. will be borne by the Contracting firm.

15. Warranty 15.1 The firm shall maintain the equipment for total comprehensive warranty period (one-year comprehensive plus extended comprehensive warranty period, where required in technical specifications, as Service Level Agreement), for complete system including parts & labour. The payment for extended comprehensive warranty will be made annually in Pak Rupee at the end of the year by Procuring Agency (where SLA is mentioned in technical specifications). The supplier will categorically mention the disposable/consumable items of the equipment good in advance along with the submitted tender, any item declaration as consumable/ disposable after the submission of bid/quotation will not submitted. 15.2 The comprehensive warranty shall be monitored by Biomedical Equipment Resource Centre of P&SH Department.

Page 20: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. 16.2 In case of imported goods to be procured on CFR/CPT basis; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm. 16.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the contract and all other works described in Contract. Part payment, part delivery may be admissible in case of huge quantity of the goods. 16.4 The Payment for extended comprehensive warranty period (SLA) will be made by the Procuring Agency after the end of each year which shall be counted from the date of successful completion of standard warranty period of one year. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

17. Prices 17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the bid validity period provided the Procuring Agency’s request for bid validity extension.

18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made. 18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions where the manufacturer has stopped producing or suspended that model or the latest model of similar series or version has been launched by the manufacturer or non-availability due to international mergers of the manufacturers or similar unavoidable constraints.

19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent.

20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

21. Delays in the Supplier’s Performance 21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

22. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item, the payment of risk purchase (which will be purchased by the procuring agency/indenter) the price difference shall be paid by the Firm.

23. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

a. if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or

Page 21: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

b. if the Supplier fails to perform any other obligation(s) under the Contract. c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.

23.2 Mechanism of blacklisting provided in rule 21 of Punjab Procurement Rules, 2014.

24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to miss-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.

25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one-month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.

26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The arbitrator will be appointed with mutual consent of both the parties. The decisions of the Arbitrator shall be final and binding on the Parties.

27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

28. Applicable Law 28.1 This Contract shall be governed by the Laws of Pakistan and the Courts of Pakistan shall have exclusive jurisdiction.

29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Page 22: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

C. SPECIAL CONDITIONS OF CONTRACT (SCC) Special Conditions of Contract shall be concluded between the Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In case where there is a conflict between the general conditions of the contract and the special conditions of contract, the special condition of contract shall prevail.

1. General: 1.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications. 1.2 The fee of all necessary licenses required to install and operate the equipment shall be borne by the Supplier and Procuring agency will facilitate through documents only. 1.3 The Bank Guarantee will be discharged after successful installation, commissioning, servicing and completion of standard warranty period. A clearance letter/NOC will be issued by the head of concerned institution in this regard. 1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octroi, licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the Procuring Agency will not pay any amount over this contracted amount whether in case of CFR/CPT or Delivered Duty Paid consignments. 1.5 Certificate from the manufacturer of foreign/ Local Principal that they will provide after sales services through its agent and in case of change of its agent, it will provide the services itself or newly appointed Sole agent/ Sole distributor.

2. Insurance of Local Goods 2.1 Insurance of Goods and other materials from factory to Site shall include all insurance costs covering the responsibility of all losses or damages, while loading, unloading, storing, trimming on the carrier and transporting to site up to the installation, testing & commissioning. 2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports (when applicable) shall be the Contractor’s responsibility. 2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance Company (NIC) of Pakistan or any other Insurance company operating in Pakistan acceptable to the Procuring Agency.

3. Payment 3.1 In case of CFR/CPT; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm.

3.2 The amount of Letter of Credit shall be paid to beneficiary/Manufacturer on production of the following non-negotiable documents.

i. Draft. ii. Three original and two copies of the Supplier's Invoice showing purchaser as (CEO, DHA,

Rajanpur), Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit price and total amount. Invoice must be signed in original stamped or sealed with company stamp or seal.

iii. Four Copies of packing list identifying content of each package. iv. Copy of Insurance Certificate showing purchaser as the beneficiary; v. The original manufacturer’s warranty certificate covering all items supplied;

vi. One original copy of the Supplier’s Certificate of origin covering all items supplied. vii. Test/ Inspection Certificate of manufacturers.

viii. Compliance Report of Internal Quality Standards. ix. Product model, serial numbers. x. Manufacturer's Guarantee Certificate to the effect that:

a) The goods supplied by them are strictly in conformity with the specifications stipulated in the contract. b) The goods have been packed and marked suitable for transport by Sea, Rail, Road and Air in terms of the contract.

Page 23: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

c) The stores supplied by them are brand new and absolutely free from any material or manufacturing defects. d) Manufacturer's test certificate in respect of each consignment.

3.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the equipment and all other works described in Contract.

4. Execution of Warranty 4.1 A Log Book for the equipment shall be maintained by the Supplier Service Engineer in consultation with the end user department. This will include the name of the equipment, down time, preventive maintenance schedule, replacement of parts, down time etc. 4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per contracted specifications and handing over of related documents mentioned in GCC and will last for its warranty period at 95% uptime. 4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual optimal uptime of 95% is considered as acceptable level of performance. 4.4 Software and hardware up gradation of the computing system should be carried out as available during warranty period as recommended by the manufacturer. 4.5 Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the system which may develop at any time during installation, commissioning period. 4.6 Manufacturer will guarantee the availability of spare parts and accessories for the system for ten years. 4.7 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition and processing during working hours throughout the year except holidays (from 9.00 am to 5.00pm). 4.8 Manufacturer /Supplier shall check system performance during and after every 4-months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available, both measured on the basis of working hours as detailed above. 4.9 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the following formula will be applied to determine additional days in the warranty / service contract period.

a. 100% - 95% No Penalty b. 95% - 90% The warranty period will be extended by 2.0 times

the number of days as extra down time. c. 90% - 80% The warranty period will be extended by 3.0 times

the number of days as extra down time d. Below 80% The warranty period will be extended by 4.0 times

the number of days as extra down time 4.10 Down time is defined as the failure in the equipment operation to acquire or process the data or procedure, resulting in inability to carry out the required procedure properly. 4.11 The firm will be bound to make arrangements for availability of qualified technical staff in hospital / site for prompt execution/coordination of after sale services. 4.12 Down time will start when the end user/ Staff In-charge notifies the designated service facility verbally or in writing. 4.13 Down time will end once the repairs have been affected and the system is again available for use. 4.14 The firm will provide the recommended preventive maintenance schedule of each of the equipment at the time of delivery. 4.15 The firm will bound to execute the installation/ maintenance according to the installation/ service protocol and will replace the components/ kits recommended by the manufacturers for installation and Periodic Preventive maintenance. 4.16 The scheduled preventive maintenance shall be in accordance with Service Protocol recommended/ advised by the manufacturer. 4.17 Remote service via modem shall be preferred if provided by the manufacturer to pick-up early faults at no cost to the end user. 4.18 The manufacturer / supplier will be responsible for preventive maintenance of equipment as per manufacturers’ Service Manuals and shall keep a check for electrical / magnetic / temperature and humidity conditions. Such a check should be made monthly and record should be maintained in the log book available with the end user.

5. Packing & Marking 5.1 Packing: Usual export packing to ensure safe journey up to the site of consignee. Marking: Each packing should be clearly marked in suitable size in bold letters as per requirement.

Page 24: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

6. Trans-shipment 6.1 Trans-shipment is not allowed.

7. Place of delivery: 7.1 (CEO DHA Office, Rajanpur)

8. Port of Clearance 8.1 Port of Clearance will be any port in Pakistan.

9. Correspondence addresses Procuring Agency

Contracting Firm M/S------------------------------------------------------------------------------------------------------

Page 25: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PERFORMANCE GUARANTEE FORM

To: [Name & Address of the Procuring Agency] Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of as defined in Bid Data Sheet of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the____________ day of_________, 20___ Signature and Seal of the Guarantors/Bank Address Date Note:

1. It should be valid for a period equal to the total warranty period. 2. The Contract will be signed/ issued after submission of this Performance guarantee.

Page 26: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-A BID FORM

Date: Tender No: Name of the Item:

To: [Name and address of Procuring Agency] Respected Sir Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents for the sum of [Total Bid Amount], [Bid Amount in words] and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we undertake to provide a performance security/guarantee in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per the bidding documents. Name and address of bidder Amount and Currency (if none, state “none”).” Dated this day of , 2020 Signature (in the capacity of) Duly authorized to sign bid for and on behalf of Attachment

Page 27: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-B

PRICE SCHEDULE (DDP Basis)

Name of Bidder__________________________________________________________________ Tender No. and the name of the Item --------------------------------------------------------------

Ite

m. N

o.

Na

me

of

Ite

m

(As

list

ed

in

in

vit

ati

on

of

bid

)

Ma

ke

Mo

de

l

Co

un

try

of

Ori

gin

Co

un

try

of

Ma

nu

fact

ure

r

Su

pp

lie

r

Na

me

of

Po

rt o

f d

isp

atc

h

Qty

.

Un

it C

IF P

rice

(€/£/$)

To

tal

Pri

ce

for

ea

ch i

tem

(€/£/$)

Na

me

of

be

ne

fici

ary

ba

nk

Total Price (DDP for Local & Imported Equipment) Main equipment with standard accessories plus one-year comprehensive warranty.

Extended Comprehensive Warranty (Service Level Agreement) as mentioned in the specification (year wise) in PKR

Sign and Stamp of Bidder_________________________________________________ Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

Page 28: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(TEMPLATE)

BID EVALUATION SHEET Package No/Tender Number: ----------------------------------------------------- Name of the Equipment and Qty.: -------------------------------------------------

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION) (All evaluation parameters defined below are mandatory for compliance)

Sr. No. Evaluation Parameters M/S ABC M/S XYZ

1 Legal registered entity Yes / No Yes / No

2 Active Tax Payer (NTN & GST) as per clause 3 ITB

Yes / No Yes / No

3 One person One Bid Yes / No Yes / No

4 Manufacturer/Sole Distributor Yes / No Yes / No

5 Past performance Yes / No Yes / No

7 Balance Sheet, Financial Statement & Annual Turnover

Yes / No Yes / No

8 Complete item with accessories and optional

Yes / No Yes / No

9 Certificate from the Manufacturer regarding after Sales Services and Installation

Yes / No Yes / No

10 Testing/Calibration equipment Yes / No Yes / No

12 Affidavit from Bidder (as per Supplier Declaration Template)

Yes / No Yes / No

13 Bid Validity Yes / No Yes / No

14 Delivery Period Yes / No Yes / No

15 Compliance of Warranty as per tender Yes / No Yes / No

Remarks:

(Eligible/ Not Eligible for further

evaluations of PART-II)

(Eligible/ Not Eligible for further evaluations

of PART-II)

PART – II KNOCK DOWN CRITERIA - PRODUCT EVALUATION (All evaluation parameters defined below are mandatory for compliance.)

Item Sr. No

SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Brand

Model

Country of Manufacturer

Country of Origin of Product/Model Number

Product Local Market Business History as mentioned in criteria

Compliance with defined quality standards (FDA 510k, MDD, Jp MHLW as mentioned in the

specifications)

Specifications/Sample Evaluation: Technically Acceptable

/Not Technically

Acceptable /Not

Page 29: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(Mention the reasons) (Mention the reasons)

Technical Eligibility of Product: Eligible / Not Eligible Eligible / Not Eligible

Technical Eligibility of Firm: Eligible / Not Eligible Eligible / Not Eligible

BID STATUS:

Responsive/ Substantially

Responsive/Non-Responsive

Responsive/ Substantially

Responsive / Non-Responsive

NOTE:

1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight way.

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. This report will become the part of above Performa as sample evaluation report.

Page 30: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

SUPPLIER DECLARATION (on the Letter Head of the Bidder)

To Dated: _____________ (_________________________)

I declare that:

• I am authorized to represent the Firm __________ as the "Firm" for the purpose of Framework Contract of goods as per following detail;

SR. NO.

NAME OF THE EQUIPMENT

NAME OF MANUFACTURER/

COUNTRY

DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

VALIDITY DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

• All information provided in this Bid is current and correct and the firm has no reservations with this Bidding Documents.

• This Bid contains all the information as is prescribed in the Bidding Document.

• The Firm will abide by all the rules and regulations, formulated by the Government of Punjab, Primary & Secondary Healthcare Department.

• The firm will notify you of all changes and variations to the Product / its manufacturing status.

• The firm has not been declared ineligible/blacklisted by any Government/ Semi Government Department or Private Organization.

• If the Firm does not abide by the above stated Declaration then the Government of Punjab has every right to Blacklist our Firm.

Name of the Firm: ____________________________________________________ Name & capacity of the Authorized Contact Person: _________________________ Signature of the Authorized Contact Person: ______________________ Date: _________________________ Stamp of the Firm: ______________________

Note: Any variation in information provided in this bid/tender and already provided will lead toward

disqualification of bidder and legal action against the firm as per Punjab Procurement Rules, 2014.

Page 31: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TENDER LIST FOR THE PURCHASE OF MEDICAL EQUIPMENT FOR ESTABLISHEMNT OF

CARDIAC CENTER AT DHQ HOSPITAL ENHANCED BED CAPACITY THQ HOSPITAL JAMPUR

AND UPGARDE DISPERSRIES DISTRICT RAJANPUR DURING THE FINANCIAL YEAR 2019-2020

Sr Name of Equipment Specifications Qty Estimated

Unit Price

Total

Amount

2% Bid

Security

1 ECHOCARDIOGRAPHY MACHINE

A complete dedicated digital Echocardiography unit for

wide range of premium performance Quantity application of

cardiovascular imaging in pediatric and adult. Mobile

trolley mounted system with built in workstation / data

management system for digital acquisition, storage and

review of complete ultrasound studies including static and

dynamic clips in DICOM format, read/write zoom. Studies

can be reviewed and output to CD / DVD/MOD. The

machine must have sharp and high-quality image

reproduction with heavy duty performance. It should have

minimum following specification:

Display: High resolution 1280x 1024 non-interlaced, flicker

free. Display size Min. 19” Flat/TFT, tilt able and swiveable

type.

Operating Modes: B, 2D M-Mode, Power Doppler, HPRF,

Spectral Doppler, Color Doppler, Velocity Mode, PW

Doppler, Duplex And Triplex Doppler, CW Doppler

Steerable and ECG Gating,

Control Panel: Alphanumeric keyboard with built-in

trackball.

10” Touch Control Panel

Direct access to system functions through dedicated keys.

Indicator lights identify activated keys.

Audio volume control with bidirectional / stereo speakers

and foot switch

User selectable image magnification control.

Adjustable transmit focusing control.

Caliper / Measurements: 6 to 8 calipers for measurement per

screen trace length measurements for: Distance, angle,

distance depth from skin line, area, circumferences,

compound / volume, slope, time, heart rate and acceleration.

Application: Cardiac, Peripheral, pediatric, adult cephalic

and trans esophageal with all required software for

measurements.

Operating Modes: 2D tissue, 2D angio flow, color M-Mode,

tissue velocity M-mode, tissue strain imaging, disynchrony

imaging, continuous wave Doppler, tissue m-mode, pulse

wave Doppler, tissue velocity imaging, tissue tracking,

tissue synchronization, blood flow imaging, blood flow

angio flow imaging.

Display Modes: Live and stored display format: full size and

split screen. Review image format: for still and cine,

simultaneous capability B+PW, B+ CFM/TVI+PW, CW, B+ or

01 4,500,000/- 4,500,000/- 90,000/-

Page 32: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

triplex mode, , B+ color split screen display. Tissue Imaging,

2D mode, , M-mode, color Doppler imaging, color flow

imaging, color Doppler imaging, color angio, color m-mode,

blood flow imaging, blood flow angio imaging, tissue

velocity imaging, tissue velocity imaging mode, tissue

synchronization imaging mode, PW / HPRF Doppler, CW

Doppler, contrast imaging, LVO Contrast, Vascular /

abdominal contrast, vascular calculations, cardiac

measurements.

Frame Rate Min. 500fps in B-Mode and 100fps in Doppler

mode.

Cine Memory Min. Cine Memory for 1000 frames or 250MB

min.

Image Viewing Depth: 20 – 280 mm or more for cardiac

application

Imaging Modes / Techniques: Tissue harmonic Imaging,

Tissue Doppler Imaging, Color Angio, Tissue Velocity

Imaging

Tissue Imaging (Display real time Doppler shift information

from moving tissue to better visualize and quantity

myocardial function). Capability to display time difference

in myocardial motion in color for CRT (Cardiac

resynchronization therapy.

Quantitative strain rate imaging; An advanced quantitative

technique of Tissue

Doppler Velocity. Strain rate is a measure of the contractile

motion of myocardium. Auto-Tracking contrast

quantification: quantitative technique for on-line assessment

of contrast agent images.

Contrast Plus Sequencing Technology: a real time, low

mechanical index, non-linear imaging technique for contrast

agent examinations. The software should have the capability

to show contrast agent only, tissue only or contrast and

tissue displays. Contrast Harmonic Imaging capability.

Vascular imaging software for carotids with IMT

measurement.

Stress Echo ;

Integrated multi stage stress echo system for advance and

flexible stress echo Acquisition and measurement for LV B-

Mode imaging. Quantitative analysis for contrast during

stress examinations Used with TDI protocols.

Storage Device

Built-in MOD/CD / DVD Drive WITH 10 DISKETTES.

System Dynamic Range Dynamic range minimum 200 dB or

Page 33: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

more

Communication Software System should conform to

DICOM 3 communication software for: Image Storage, print,

Query / Retrieve, Network Communication.

Standard Transducers:

Linear Probe multi frequency to cover frequency of 6.0-8.0

MHz.

Multi frequency Phased array sector probe to cover 2.5 –

4.0MHz.

Multi frequency Phased array sector probe to cover 5.0 –

8.0MHz.

CW Pencil Probe

PROBES: Should be light weight, capable of multiple centre

frequencies on transmit for 2D, color Doppler PW/CW

(Steerable) Imaging and to perform Harmonics.

PORTS: Video Output USB / RS 232 Networking

Accessories:

Digital Color Thermal Printer with 10 Packs of 100 sheets

(Separate price)

Online UPS for 10 min. backup time for complete unit

including Printer.

Digital B/W Thermal Printer with 50 rolls of papers.

Jelly 20 L in bottles.

Future Upgrades: The unit should have the capability for up

gradation of future software (shall be provided free of cost

within the warranty period).

Power Requirement 220-240VAC 50 Hz

Country of Manufacturer: USA/EU/Japan

Quality Certificate: Compliance of minimum two quality

standards from FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

2 ICU VENTILATOR

Ventilation: Microprocessor controlled powerful

ventilation system mounted on trolley

LCD/TFT color screen 12/15” Minimum.

Patient Range: Neonates, Pediatrics and Adult

capability

Breathing classification: Pressure control, Volume

control and pressure control with set Volume Breath.

Autoclavable reusable patient tubing circuit for peads

and adult (01 each)

Modes of Ventilation:

Volume control

Assisted CMV

Pressure control

01 1,850,000/- 1,850,000/- 37,000/-

Page 34: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PS

Assist Pressure support

CPAP SIMV+ Pressure support

Non-invasive ventilation

Bi-level Ventilation

Control: Set & measured parameters simultaneously.

Measurement range/ specification:

Inspiratory tidal volume :10 to 2000ml or better.

Respiratory frequency :10-100 bpm SIMV breath

frequency :1-50 bpm

Inspiratory pressure :10-80 cm H2O

Inspiratory flow :80 cm H2O

I : E ratio :1:4/4:1

PEEP :0 -20 cm H2O

FiO2/ O2 delivery: 21 – 100% (through paramagnetic

sensor- non-consumable )

Monitoring Parameters for set and measured value

simultaneously:

Total breath rate.

Oxygen concentration measurement

FIO2 CO2 monitoring capability

Expired minute volume

Peak expiratory flow

I : E ratio

Peak Pressure

Mean pressure Lung Mechanics with pressure and

volume loops.

Others Control And Functions:

Back up ventilation

Pause time INSP

Microprocessor gas delivery system

Breath circuit Compliance Compensation Expiratory

hold/ Inspiratory hold

Panel lock for safety Pressure and flow trigger

sensitivity

Trigger sensitivity indication

Alarms: Apnea AC power failure High and low

Expired minute volume High and low peak air way

pressure High and low breath rate FiO2 variation Low

and high base line pressure Gas supply source failure

Low battery

Humidifier: Automatic compensation controlled

heated humidifier with temperature monitoring at air

way and humidification camber with alarm for low/

high limits with water tarp in the patient circuit.

Nebulizer: Nebulization mode of the patient during

ventilation

Supply requirements: Electric 220V/50Hz with

internal chargeable battery backup min for 1.0 hr.

Compressor Low Noise external Compressor system

for powerful ventilation. Note: THE WARRANTY OF

Page 35: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

EQUIPMENT WILL INCLUDE ALL CONSUMABLES

LIKE BATTERIES, OXYGEN SENSOR AND FLOW

SENSOR ETC.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

3 MOBILE OT LIGHT WITH BATTERY

Mobile emergency shadow less operation light with

hermetically dust proof lamp head. LED lamps with

30,000hrs life.

Minimum light output 120,000 lux or more at 1-meter

Colour rendering index, 93 (at least).

Colour temperature min. 4300-4500 Kelvin. Field of

illumination focusable: 15-20 cm.

Complete with Two sterilizable handles

Maintenance free battery with charger. Automatic change

over to battery in case of mains failure and back again.

Atleast 2-hours battery backup time.

220 V / 50 Hz 1 Phase and battery operation.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

01 375,000/- 375,000/- 7,500/-

4 CENTRAL AIR & OXYGEN SUPPLY SYSTEM

AUTOMATIC MANIFOLD FOR OXYGEN Qty 01

The Manifold shall be a fully automatic type & shall switch

from “Bank in Use” to “Reserve” bank without fluctuation

in delivery supply line pressure & without the need for

external power after the switch over the “Reserve” bank

shall then become the “Bank in Use” and the banking use

shall become the reserve bank. The system should be able

to maintain bank. The system should be able to maintain

continuous supply in case of power failure.

Shuttle change over valves should be covered in rust proof

steel box. Pig tail attachments and no return valves at bull

nose nuts should be provided with the assembly.

Manifold should have undergone endurance testing as per

ISO/ CE standards.

Capacity:.

(2 X 5) with capacity of 50-70, m3/h.

Function:

Fully automatic self-contained shuttle-valve with no

electrical power required for switching.

Units of pressure measurement (psi/Pa/bar).

LCD /LED display for the left bank, the right bank& for the

supply pressure.

Complete with relief valve, Emergency shut off valve and

battery / bank room alarm for left and right cylinder bank.

01 9,000,000/- 9,000,000/- 180,000/-

Page 36: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Complete with Non-return valves, pigtails, pressure

reducers, NIST connection etc.

GAS OUTLETS (BS/DIN SYSTEM) Qty 40

Gas outlets, complete in Box/casing gas Specific, Self-

sealing check valve, indexed to eliminate

interchangeability /erroneous tapping of gas, Filter and

cover plate as per Standard Design requirements of the

bidder with following colour coding;

• Oxygen White

• Nitrous Oxide Blue

BS Colour coding, DIN/BS type

Antimicrobial additive in all accessible parts; if made of

polymer.

Internal size for pipe connection will not be less than 10mm

BED HEADS UNIT (1.5m) Qty 10

• Each unit consists of: 1,500 mm and above

• Horizontal type

• Built in over bed Light with ON/OFF switch.

• Built in reading Light with ON/OFF switch.

• Provision for Nurse Call/ Alert Button

• Gas outlets 3x Oxygen complete fitted.

• Electrical provisions;

Electrical sockets: 4 Nos. & 2Nos. Multi Pin Plug

All wiring conforms to standards, ground/earth

• Separate ducts for Electrical &Gas Pipes. .

VENTURI SUCTION REGULATOR; Qty 20

Noise level around 50-55dB.

System with Gauge and injector for connection to the wall

source of pressure gas using direct probe with suction trap

to prevent overflow of waste fluid.

Vacuum capacity 200-250mbar; adjustable.

Adjustable knob to control the vacuum directly

Collection jar 250-300mL; graduated, unbreakable

(polysulfon/polycarbonate) with overflow safety.

OXYGEN FLOW METER (Paeds) Qty 20

Flow meter for O2 Therapy with regulator.

Adjustable regulated flow from 0-5/7 L/min.

Bubble humidifier with autoclave able/ unbreakable 300mL

bottle, mask and tubing. (Complete set).

Safety valve in case of pressure increase

Standard DIN /BS (BS colour coding) to be attached with

oxygen out let.

Locking mechanism for safety.

OXYGEN FLOW METER (Adult) Qty 20

Flow meter for O2 Therapy with regulator.

Adjustable regulated flow from 0-12 L/min.

Bubble humidifier with autoclave able/ unbreakable 300mL

bottle, mask and tubing. (Complete set).

Safety valve in case of pressure increase

Standard DIN /BS (BS colour coding) to be attached with

oxygen out let.

Page 37: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Locking mechanism for safety.

ALARM Qty 02

Visual and audible

Individual display and sensor module.

Self-diagnostic & error message display readable for ease of

maintenance psi, kPa or bar read out. Test & Mute Button,

low alarm condition.

ALARM FOR WARD Qty 01

Visual and audible mounted on wall inside the Ward.

Display of pressure (High/Low)

Low pressure alarm. Test & Mute Button.

VALVE BOX Qty 04

Each wall valve box shall consist of the following

Components.

A steel valve box rust proof which can house two to four

shutoff ball valves.

Pressure gauges to display the pressure of various pipes.

NIST connection

It will be located outside the ward at visible location.

COPPER PIPING: (Per Meter)

Supply and installation of seamless medical grade

copper pipe, deoxidized and degreased along with

required fitting etc., various sizes /diameter as per

Drawing with matching colour indications of out lets.

The sizes will be 10mm, 12mm, 15mm, 22mm depending

upon the design;

SPECIAL TERMS & CONDITIONS:

1. The equipment must be from USA, Europe or

Japan based manufacturers.

2. All equipment must be according to international

safety standard.

3. The colour of outlets, piping and cylinder for

recognition will be BS type for all the system

equipment.

Note: 1. The bidders are required to mention the price of

individual item separately. The pipes along with fittings

will be quoted on meter basis.

2. The Lowest will be declared on complete package basis

by taking unit price of individual items mentioned above.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

5 ECG HOLTER MONITORING SYSTEM

AMBULATORY (HOLTER) HR, ECG MONITORING

SYSTEM

PC based digital Holter monitoring system Holter with

48HR ECG Monitoring system,

02 1,400,000/- 2,800,000/- 56,000/-

Page 38: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Operating features and characteristics

PC based with color monitor of 19”LCD/ TFT monitor, play

back module.

Keyboard and mouse and laser printer for printing reports.

(6CPM for ECG/Grid printing) Full disclosure reports and

Superimposition feature, Analysis of ST slope, heart rate, R-

R variability & arrhythmias detection including atrial

fibrillation. Pace maker detection and analysis.

Reports: In tabular and summary form, Graphical and

Analytical, Arrhythmia data, Heart rates (min. max &

AVG), R-R variability time domain calculations of test

duration, ventricular and super ventricular ectopic. ST

segment reports: adjustment ST-segment criteria, time

duration maximum deviation & slope deviation severity &

index number. 3 channel simultaneous high resolution

Holter Recorder (solid state with even marker, time clock)

minimum 48 hours or above recording time. Sampling rate

175/ channel / sec in normal rhythm.

Solid-state recorders. Minimum of 3 channel simultaneous

acquisition of Holter data. (2 recorders with Two sets of

leads per recorder)

connectivity: via USB port / flash memory card.

Operating requirements:

Recorders: Standard long life batteries. (AA) Alkaline,

disposable,

UPS (imported) for main unit for at least 60-min. back up

time

Computer: Minimum i5, Hard disk drive

100GB(minimum), DVD R/W, Operating system Windows

Printer: HP laser jet , Networking capability Standard PC

keyboard, Mouse. High resolution 19” or more colour

LCD/TFT monitor with a maximum of 1280 x 1024

resolutions.

Accessories: All allied accessories for the measurement of

required parameters should be from original manufacturer.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

6 INFUSION PUMP

Operates on any brand of infusion set

Automatic control of infusion rate independent of venous

or arterial pressure

Solution container height and solution viscosity.

Bolus function automatic.

Air bubble detector.

Automatic pressure release after occlusion.

Automatic switchover to keep-vein-open (KVO) rate of 1.0

ml/hr (or previous rate, whichever is less).

Compatible with commonly available Infusion sets.

Portable operation from self-contained rechargeable battery

with 03 hours or more operation time.

ON/OFF:

06 155,000/- 930,000/- 18,600/-

Page 39: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Light indicates main or battery operation

Detects a “no flow” situation i.e. empty container

LED/LCD digital display which indicates flow rate

Infused volume

Volume to be infused

Volume balance

Infusion time

Remaining time

Battery capacity

Occlusion level

Medication name and Drug Library

INFUSION RATE: 0.1-999.9 ml/hr in 1 ml increments

INFUSION TIME: 99 to 95 hours

AUTOMATIC RATE CALCULATION: On total volume +

time

VOLUME LIMIT SELECTION: From 1 -999 ml, Accuracy of

above parameters +/- 5% KVO RATE: 1– 3.0ml/hr

AUDIBLE AND VISUAL ALARMS:

Activated by: Empty Container

Occlusion

Low Battery

Open Door

Air-in-Line

Internal Malfunction

End of infusion.

BATTERY:

Rechargeable maintenance free dry batteries with 3 hours

or more operation when fully charged.

SAFETY FEATURES:

Door locks while functioning

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

7 CENTRAL MONITORING SYSTEM

Multi-channel central station for 16 bedside monitors.

Operating features and characteristics:

Colored monitor

Resolution minimum 1024 x 1024 or better

Laser printer

For connection to: 8 to 32-bedside monitors with 19” TFT

central station monitor.

Parameters :

Selectable display of all parameters of bedside monitors

As selected.

Alarms :

All parameters alarms on central station monitor with bed

no. identification.

All alarms of each bedside monitors selectable from central

workstation.

Full Disclosure :

01 1,200,000/- 1,200,000/- 24,000/-

Page 40: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Other Features:

Ac 220v / 50Hz.

Keyboard and mouse

Trend data: graphical and tabular

Arrhythmia analysis feature.

Capability to interface with LAN/WLAN for data transfer

Operating Requirements:

Built-in battery and charger for at least 1 hour on ac power

at full parameter or imported full sine wave ups.

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

8 EXTERNAL PACE MAKER DUAL CHAMBER

Dual chamber multi-mode temporary 'pacemaker for

cardiac Pacing operating features and characteristics:

LCD display of all pacing, sensing and warning indicators

Parameters:

Multi-mode: all combinations of

atrial,ventricular&dual;AA,VV,DD,A0,VO,DO,DV

Adjustable pacing rate adjustment upto 150 ppm

Adjustable pacing voltage upto 10V Sensitivity control upto

8mV

Pulse width upto 1.5 m sec

Other Features:

Portable

Accessories including case and cables

Operating Requirements:

Standard alkaline battery operation

Pace Maker leads Qty 20

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

01 985,000/- 985,000/- 19,700/-

9 PACE MAKER LEADS

Pace maker leads

For single chamber Pace maker

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

100 3,500/- 350,000/- 7,000/-

10 CVP LINE

CVP Line (Double Lumen) with slinger wire. Individual

Sterile Pack. All Sizes.

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

200 1,500/- 300,000/- 6,000/-

11 ABG MACHINE

Microprocessor based. Blood gas/pH measuring system;

reagent based. Equipment has blood gases and electrolytes

parameters. (PH, pCO2, pO2, Na, K, Cl, Ca, by carbonate

02 600,000/- 1,200,000/- 24,000/-

Page 41: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

and sPO2). Control panel with easy setting and monitoring.

Display screen for display of result.

Automatic calibration.

Easy 02-point calibration.

Calibration history at least 24 hours.

Easy changing access to the Electrodes and the solutions

Automatic sample recognition and sampling Possibility of

upgrade for data management Sampling techniques –

whole blood Operate at 220 VAC +/- 10%, 50Hz.

Accessories: Printer. Include all standard accessories

including electrodes, EBGs Reagent Modules, Quality

control pack, Cleaning solution and conditioner and printer

paper roll.

Include reagent for immediate start. Quote separate rate,

size and on board (after inserting into equipment or after

opening) shelf life for Reagents, Quality controls,

conditioners, cleaning solution and single electrode price

(pH, pCO2, pO2, Na, K, Cl) for in future demand and

competitive assessment.

The reagent must be available freely in the market. Suitable

online Sine wave UPS with Battery backup for 30 minutes

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SL

12 TROP T CARDIAC READER MACHINE.

Ensures result integrity for quality result reporting

Patient samples and reagents automatically metered

Dual-logic processing optimizes assay performance and

throughput

Reagent Management Center

Optimizes labor by reducing operator intervention

Up to 20 Integrated Reagent Packs loaded any time and

stored on-board for continuous, random access operation

Automatic Inventory Management monitors and verifies

inventory, expiration, and calibration

Sampling Center

Reduces errors for worry-free result reporting

Save-the-Sample Clot/Bubble Detection preserves the

specimen and minimizes redraw

Disposable Tip Sample Metering verifies sample aspiration

and dispense, while addressing carryover and cross-

contamination concerns

Universal Sample Trays accommodate primary, secondary,

and micro collection containers and sample cups without

adapters or pour-off containers

Automatic Data Exchange and Remote Connectivity for

immediate diagnostic and performance analysis

Ergonomically designed, flat touchscreen; keyboard

platform; and support arm

02 500,000/- 1,000,000/- 20,000/-

Page 42: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Intuitive, easy-to-use, color-coded graphical interface

simplifies training

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA

13 PORTABLE BRONCHOSCOPE

High Quality resolution sharp images ,

Closed Suction valve mechanism

Wide angle of view for easy maneuverability

Field of view: 100°

Depth of field: 5 – 50 mm

Instrument channel: 2.0 mm or better

Angulations: Up 180° Down 100°

LED light source

Leakage tester

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA

01 3,100,000/- 3,100,000/- 62,000/-

14 BP APPARATUS STAND TYPE

Mercury with die cast metal housing.

Large reservoir with spilling over arrangement tube with 3

mm silicone for Peads /Adults.

Rubber inflation bulb fitted with filter to reduce dust build

up. Air release valve with filter for precise deflation

control.

High visibility graduations.

Rubber bulbs. Velcro cuff for Peads/Adults.

Complete with mobile floor stand having storage of

cuff

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

10 15,000/- 150,000/- 3,000/-

15 BP APPARATUS WALL TYPE

Mercury with die cast metal housing.

Large reservoir with spilling over arrangement tube with 3

mm silicone for Peads /Adults.

Molded latex free inflation bladder of high quality.

Rubber inflation bulb fitted with filter to reduce dust build

up. Air release valve with filter for precise deflation

control.

High visibility graduations.

Rubber bulbs. Velcro cuff for Peads/Adults.

Complete with mobile floor stand having storage of

cuff

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

4 9,800/- 39,200/- 784/-

16 BP APPARATUS DESK TYPE 10 8,800/- 88,000/- 1,760/-

Page 43: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Mercury with die cast metal housing.

Large reservoir with spilling over arrangement tube with 3

mm silicone for Peads /Adults.

Rubber inflation bulb fitted with filter to reduce dust build

up. Air release valve with filter for precise deflation

control.

High visibility graduations.

Rubber bulbs. Velcro cuff for Peads/Adults.

Complete with mobile floor stand having storage of

cuff

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

17 ABP MONITOR WITH TWO RECORDERS

Computerized Non-invasive, Ambulatory BP for

continuous 24 hours switch able monitoring.

Operating Features and Characteristics:

Main computerized unit with color monitor

Keyboard and mouse and Laser Printer for printing reports

Data retrieval system

Osillometirc system

Artifact and motion noise elimination

24-hour switch able summary and average hourly blood

pressure, Day/ Night analysis and % of readings over pre-

selected limits Number of Recorders:

02 Recorders required with 02 each set adult, paediatric and

large BP cuff Parameters

Report on Blood Pressure and Pulse Rate in tabular and

graphical form summary report of data and histograms

Settable BP taking intervals from 10 to 60 mins,

independently programmable measurement intervals.

Start/Stop facility for patient-initiated B.P reading

Main unit battery and AC 220/50 Hz operated.

Accessories:

All allied accessories for the measurement of required

parameters should be from original manufacturer.

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Comprehensive warranty 03 Years

01 1,200,000/- 1,200,000/- 24,000/-

18 SUCTION MACHINE

Mobile Suction Unit with twin jar system having capacity

up to 4 or 5 litre each jar, autoclavable (polysulfone).

40 – 50 liters/minutes at 640-750mm Hg. Noise level should

be between 50dB or better. Vacuum continuously

adjustable.

10X bacterial filter

Complete aspiration set with tubing

Overflow safety Device

Change over Valve

8 150,000/- 1,200,000/- 24,000/-

Page 44: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

220V/50Hz. I Phase

Trolley with lockable wheels

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

19 GLUCOMETER

Glucometer with Strips, Pack of 25/50 strips or less.

Shelf life of strips must not be less than 75 % or 18 months

at the time of supply.

Handheld type

Code free

LCD Display

Auto Power Off Function

Memory for storage of Blood Glucose Results (not less than

200)

Patient Blood Glucose Data Transfer Function

Digital reading

Minimum time to results <08 sec.

Automatic calibration

Power Source: Battery Operated

Pouch/Bag

Bidder shall provide one Standard Pricker with meter.

Sterilized lancet & swab for puncture site.

Strips Qty-50 (2 pack of 25/1 pack of 50) per meter

Lancets Qty-50 per meter

Pricker Qty-01 per meter

Alchohal Swab Qty-50 per meter

Country of Manufacturer:USA/EU/Japan

Mode: DDP

Warranty: One Year Comprehensive for Glucometer

8 5,000/- 40,000/- 800/-

20 NEBULIZER

For nebulization of respiratory tracts. Hospital grade for

continuous operation.

Ultrasonically generated uniform and highly dense

particles of 1.0-5.0 microns size. Approximately 65-70%

of particles of less than 3 micron size.

Autoclave able delivery pipes.

Air flow of 16 L/min.

Quiet operation with noise level of less than 40dB.

Nebulizing time setting from 0-30 min.

Medication Cup Capacity: 100 ml

Power: 220 V, 50 Hz

Delivery pipe/masks (all sizes).

Complete with bacteria filter

Trolley, Local made

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

6 150,000/- 900,000/- 18,000/-

21 OXYGEN CYLINDER WITH REGULATOR

48 cft Medical Cylinder O2

12 40,000/- 480,000/- 9,600/-

Page 45: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Nominal Capacity: 1140 ltrs/ 48cft

Nominal Pressure: 137 Bar

Water Capacity: 10 Ltr 15pprox..

Bull nose valve

A handle wheel with transport safety cap shall be supplied

with the cylinder.

Duly tested by renowned/ authorized company.

BS specifications and color code standard.

With Regulator and local stand

Country of Manufacturer: USA/EU/Japan

Mode: DDP

Warranty: Comprehensive 01 Year

22 OXYGEN CYLINDER REGULATOR

Selectable pressure of oxygen

Cylinder Type

Unbreakable

Country of Manufacturer: Imported

Mode: DDP

Warranty: Comprehensive 01 Year

16 18,000/- 288,000/- 5,760/-

23 INTUBATION LARYNGOSCOPE

Video laryngoscope to visualize intubation on the screen

When direct vision of the larynx is difficult the lens in the

blades provide clear visualization

Screen size 3.5 inch TFT LCD/ LED rotatable color display

or better

Imaging method: camera 2. Mega pixels or better

Autoclave able Macintosh blade size 2,3,4 Qty 01 each

Integrated rechargeable able battery minimum 2 hours

operation

Internal LED Light source.

Complete with batteries and carrying case.

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Comprehensive warranty 01 Years

1 940,000/- 940,000/- 18,800/-

24 STETHOSCOPE

Lightweight aluminum/ SS chest piece construction.

Double headed.

Standard size diaphragm.

Adjustable chrome binaural.

Flexible one piece molded ‘Y’ PVC tubing.

Ergonomic plastic ear tips

Country of Manufacturer USA, EU, Japan

Quality Certificate: FDA 510 K /CE MDD / JP MHLW

Mode: DDP

Comprehensive warranty 01 Years

15 1,500/- 22,500/- 450/-

25 HB METER

Precise results equivalent to laboratory analyzers

Wide Hb measurement range of 4.5 – 25.6 g/dL

Calculated Hct range of 13 – 75%

Imported

Mode: DDP

Comprehensive warranty 01 Years

10 1,500/- 15,000/- 300/-

Page 46: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

26 BABY WEIGHT MACHINE

Scales designed to weigh infants.

Scales that contain a weighing platform with a tray.

Measuring range up to 16pprox.. 16kg.

Minimum graduation, 50g. Readout in kg and in lbs.

Includes removable tray for infant.

Smooth surface/finishing allows for easy

cleaning/disinfection.

All vital parts made of rust proof materials.

Materials; body, metal or plastic.

Sturdy design for heavy duty use.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

15 10,500/- 157,500/- 3,150/-

27 EXTERNAL PACE MAKER SINGLE CHAMBER

Temporary pacemaker for cardiac pacing

OPERATING FEATURES and CHARACTERIST

Asynchronous and demand mode operation Sensing: light

indication

Pacing: light indication

Calibrated rate, output and sensitivity control Defibrillator

protected

PARAMETERS:

Stimulation control of current output upto 2 Pulsing rate

control adjustment upto 150 pp Sensitivity control upto

8mV

Pulse width 1.5 m sec

Asynchronous and demand mode switch

INDICATORS:

Battery status light indication

OTHER FEATURES:

Portable

Accessories including case and cables

OPERATING REQUIREMENTS:

Standard alkaline battery operation

Backup operation during battery change.

Accessories:

Complete with standard accessories

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

02 185,000/- 370,000/- 7,400/-

28 PATIENT HYPOTHERMIA SYSTEM

Microprocessor controlled patient warming system for

prevention of hypothermia. Temperature control range of

32 - 43oC.

Individual control of blankets.

Set and actual temperature display.

Low noise fan. noise level less than 60 db

Fully automatic system for wide range of application.

Complete system with filters.

0.2 micron hepa filter technology

Indicator for replacing filters

02 780,000/- 1,560,000/- 31,200/-

Page 47: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Automatic stop in case of overheating.

Coupling for different type of blankets

Accessories:

•B Blankets type single use replaceable type.

The blanket sizes are approximate.

•Full Body 195x100 cm. (Qty 40)

• upper body arm 190 X 57 cm (Qty 40)

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

29 AIR PUFF TONOMETER

Applanation tonometer for IOP.

Hand held type.

Double prism interchangeable.

Compact light weight.

Built in illumination.

Scale range of 1 to 60 mmHg.

Direct reading on dial scale..

ACCESSORIES:

With two prisms and two calibration weights.

Complete in case.

Dry battery cell operated.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

01 300,000/- 300,000/- 6,000/-

30 REFRECTION SET AND FRAME

Sphere: ±012D to ±20.00D.

Cylinder : ±012D to ±6.00D.

Prisms: 1 to 10D

With unbreakable light weight anodized aluminum / Plastic

mounts and standard accessories in carrying case

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

01 350,000/- 350,000/- 7,000/-

31 TABLE FOR EYE

Mechanical/ Hydraulic Operation Table. Table Top

(Radiolucent) with antistatic mattress 4/5 sections and

equipped with X-Ray cassette holder. Sturdy table for

minimum patient weight of 150 kg handling

capability. Stainless steel base cover, 4 swivel castors

Table Top:

• Head plate

• Back plate

• Seat plate

• Leg plate.

• Perfect patient head position at all times with the

patented telescopic head section and horseshoe-

shaped headrest for the best possible access

Movement:

• Full Length Radio translucent table top with X-

Ray Cassette

01 800,000/- 800,000/- 16,000/-

Page 48: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

• Up and down movement height range: Approx

750-1000mm

• Trendelenburg/Reverse Trendelenburg position

• Lateral tilt Approx 150

• Back plate: Approx up 700

/down 40-500

• Manual Leg plate movement: Approx up

20°/down 90°

Accessories:

• Arm rest with clamp

• Anesthesia screen

• Large width body strap

• Adjustable bottle holder rod

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

32 OXYGEN CONCENTRATOR

Mobile Type

Oxygen concentrator with Built-in oxygen purity indicator

High and low oxygen alarms.

Metal cannula connection.

Option to connect all types of Humidifier Bottles.

Oxygen concentration should be above 90% at all flow

settings.

Flow meter scale should be from 0.5 to 5.0 liter per minute.

Outlet pressure should be more than 5.0 PSI.

Sound level should not be more than 45 dBA

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

4 165,000/- 660,000/- 13,200/-

33 COMPRESSION DEVICE

Medical use for cardio respiratory rehabilitation

User interface must be user friendly compression adjustable

Auto / Manual as per requirement

High level of safety

Complete with standard accessories

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

02 425,000/- 850,000/- 17,000/-

34 POP CUTTER

Hand held Cast Cutter

High oscillating speed 16,000 CPM or better

Low oscillating speed 6,500 CPM or better

Sound level: 70 dB(A) or better

Filtration 99.9%

Accessories:

Saw blade 65mm approx. (10)

Saw blade 50mm approx. (10)

Optional: (Quote separate Price)

- Saw Blades

02 100,000/- 200,000/- 4,000/-

Page 49: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

- Dust Extraction Unit

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

35 PNEUMATIC TOURNIQUET

Automatic tourniquet.

Two gauges to show circuit pressure and cuff pressure. To

be easy to inflate and deflate.

Hand pump to allow manual inflation of the cuff in an

emergency. Mobile stand with a basket for cuffs

12" and 18" double bladder

tourniquet cuffs with velcro fittings

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

01 375,000/- 375,000/- 7,500/-

36 BONE CUTTER

Local / imported

Mode: DDP

01 250,000/- 250,000/- 5,000/-

37 VITAL SIGNS MONITOR

Operating Features and Characteristics:

Non-fade TFT/LCD color display

Electro-surgical interference suppression/protection

Defibrillator protection

Freeze and cascade facility.

Waveform traces speed; 25 / 50mm/sec.

Screen size: min. 12” TFT/LCD colour display.

Parameters:

ECG:

Numeric: heart rate.

Waveform: Real time and freeze ECG trace

NON-INVASIVE BLOOD PRESSURE (NIBP):

Method: Oscillometric principle

Numeric: systolic, diastolic and mean pressure

Selectable auto inflates interval settings

Rising cuff/continuous pressure display.

TEMPERATURE:

Numeric: temperature selectable in ºC/ºF.

PULSE OXIMETRY:

Numeric: 0-100% oxygen saturation measuring range.

Waveform-plethysmograph pulse with pulse strength

indication. Reusable sensor electrode.

ARRHYTHMIA ANALYSIS:

Arrhythmia analysis and ST analysis.

RESPIRATION:

Breath rate display and settable apnea alarms. Sweep

speed; 6.25, 12.5 mm/sec.

OTHER FEATURES:

48 Hour Trend data; graphical and tabular

ALARMS:

03 300,000/- 900,000/- 18,000/-

Page 50: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

High & low (settable) on all parameters Visual and audible

indication of alarms.

OPERATING REQUIREMENTS:

AC 220V/50Hz

Built-in rechargeable battery for at least 1 - 2-hour AC

power failure at full parameter.

WALL MOUNT BRACKET:

Wall mount bracket/ shelf shall be provided (local/

imported) for placing/ hanging the monitor on patient bed

side.

NOTE:

The system must be complete with all reusable sensors,

probes, cables or any other accessories required for

measuring all the above selected parameters for adult and

paediatrics.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: Compliance of minimum two quality

standards from FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 05 Years (01 Year Standard + 04

Year as SLA)

38 PHOTOTHERAPHY MACHINE

Overhead infant phototherapy unit; LED type

Selectable irradiance intensity levels

Display of clock and timer

Spectral irradiance High irradiance mode: 45-50μ

W/cm2/nm

Low irradiance mode: 20-25μ W/cm2/nm

Wavelength range between 430-465 nm

LED lamps life 45,000 – 50,000 hours

Maximum noise level 35 dB (A)

Height adjustment 1200 mm to 1600 mm from light

Head unit dimensions 300 mm x 225 mm approx.

Head unit tilting position

Effective surface area 50 cm x 30 cm at 35 cm from the light

source

Operating Voltage 220 V/ 50 Hz.

Country of Manufacturer: USA/EU/Japan

Quality Certificate: FDA510K/CE MDD/ Jp MHLW

Mode: DDP

Warranty: Comprehensive 01 Year

02 350,000/- 700,000/- 14,000/-

39 CARDIAC/MOBILE CORONARY AMBULANCE (FULLY

EQUIPMENT WITH A.C)

Toyota /Nissan or equivalent

High Roof Ambulance

latest model

Current production latest

Class

Two rear wheel Drive (4x2) type

Engine Type

01 10,000,000/- 10,000,000/- 200,000/-

Page 51: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Four cylinders, four stroke, Diesel / Petrol type equipped

with conventional or electronic fuel injection system.

Engine Displacement

Naturally aspirate, or Turbo charged 2500-3000 cc

Air Conditioner and Heater

Fully air conditioned (originally fitted) and standard heater

Patient Compartment

Minimum patient compartment size must be 2700 x1500

x1300 mm (LXWXH)

Steering

Right hand drive.

Brakes

Hydraulic /pneumatic

Standard Accessories.

1. Tool kit

2. Spare wheel

3. Vehicle manuals

4. Standard dry type fire extinguisher

5. Standard instruments and accessories

6. Front seat safety belts

AMBULANCE COMPONENTS, EQUIPMENT AND

ACCESSORIES:

i. Red Crescent Sign and word AMBULANCE on

front / rear sides and Name of Institution with

logo on left and right sides.

ii. Side and back window glasses will be partially

frosted.

iii. Main Stretcher

Collapsible type.

Aluminum Alloy material.

Three sections stretcher top with adjustable head

and foot section. Head section can be raised at any

desired position.

Castors 6- Nos. and two will be used in the

collapsible position.

Vinyl Leather bed and body straps.

Side protections.

Weld free fabrication.

Right and front Side stretcher-locking mechanism

in patient cabin.

Overall Dimensions

Length 78”

Width 22”

Maximum Height in full standing condition 48”

Minimum height in collapsible condition 12”

iv. Fiber Glass Spine-Board with straps (18”x72”) and

Head Immobilizer system.

v. Sub Stretcher folding type, Aluminium Alloy.

vi. Four persons bench seat (cushioned) with straps.

(Seat Belts).

Page 52: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

vii. Folding One-person crew seat with seat belts.

viii. Instrument and medicine storage cupboard and

boxes with dividers, durable material.

ix. Standard Horizontal Red Strobe light set

(combination of rotary lights, siren, speaker,

amplifier and microphone). (Imported of Western

Europe, Japan and USA).

x. Spot lamp with flexible neck for patient

examination.

xi. Back flood light for patient handling.

xii. Hooks for intravenous infusion set.

xiii. Linoleum flooring with a ply wood of 5-layers.

xiv. Standard size oxygen cylinder (MF type) with one

standby containing regulator, pressure gauge, flow

meter, humidifier, key, masks with tubing ready

for oxygen delivery through two outlets installed

in patient cabin.

xv. Portable First Aid box – Standard.

xvi. Trash box 5L with lid (SS material non magnet).

xvii. Portable Oxygen cylinder with masks and

regulator.

xviii. Ice box, Plastic 02 liters.

xix. Re-chargeable portable Torch and emergency light.

xx. Universal Resuscitation hard carrying case with

following items:

a. Manual resuscitators (Ambu bag), Adult and

Paeds size.

b. Laryngoscope with straight and curved blades.

c. Endotracheal tubes (all sizes)

d. Stethoscope (01)

e. Professional Torch

f. Tongue depressor (disposable) (one box).

g. Airways assorted sizes (01 set).

h. Mouth gag.

i. Disposable gloves (04) and contaminant bags (04).

j. Thermometer, flat type (02).

k. Hammer with rubber ends for examination.

MEDICAL EQUIPMENT

1. Single Channel ECG machine with 50 rolls.

2. Transport Emergency Ventilator, Adult/Paeds.

Battery operated with 6-hours backup time.

3. Battery operated rechargeable Suction apparatus,

20 l/min, 500 mmHg, single two liters with 2-

autoclave able bottles.

4. Oxygen saturation monitor with NIBP

measurement, adult and Paed cuffs.

5. Nebulizer- Battery operated, Rechargeable.

6. Automatic External Defibrillator

Battery Operated.

Biphasic mode.

Automatic and manual operation.

ECG monitoring.

External pace maker facility, built-in.

100- pads, adult and Pediatric.

Page 53: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

NOTE: The fabrication and fitting of the equipment will be

ensured for its safety during transportation.

WARRANTY

Manufacturer shall provide warranty with spare parts for 2

years.

Warranty: Manufacturer shall prove warranty with spare

parts for two year

Mode: DDP

Warranty: Comprehensive 02 Year

Note:

Quantity May be Increase or decrease subject to availability of Funds

Page 54: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DISTRICIT HEALTH AUTHORITY

(RAJANPUR)

BIDDING DOCUMENTS

FOR

PROCURMENT OF PLANT & MACHINERY

AND MISCLINIOUS ITEMS

BID REFERENCE NO. CEO (DHA) RAJANPUR-(M&E) 2019-2020

(YEAR 2019 - 2020)

Page 55: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TABLE OF CONTENTS

Letter for Invitation .....................................................................................................................

Instructions To Bidder ................................................................................................................

General Instructions ..............................................................................................................................

42. Content of Bidding Documents ............................................................................................

43. Source of Funds ..........................................................................................................................

44. Eligible Bidders ..........................................................................................................................

45. Eligible Goods and Services ...................................................................................................

46. Cost of Bidding ............................................................................................................................

47. Clarification of Bidding Documents....................................................................................

48. Amendment of Bidding Documents ...................................................................................

49. Qualification and disqualification of Bidders .................................................................

50. Corrupt or Fraudulent Practices..........................................................................................

Preparation of Bids .................................................................................................................................

51. Language of Bid ..........................................................................................................................

52. Documents Comprising the Bid ...........................................................................................

53. Bid Form and Price Schedule ................................................................................................

54. Bid Prices ......................................................................................................................................

55. Bid Currencies ............................................................................................................................

56. Documents Establishing Bidder’s Eligibility and Qualification ...................................

57. Documents Establishing Good’s Eligibility and Conformity to Bidding Document .....

58. Bid Security ..................................................................................................................................

59. Bid Validity ...................................................................................................................................

Submission of Bids .................................................................................................................................

60. Format and Signing of Bid ......................................................................................................

61. Sealing and Marking of Bids ..................................................................................................

62. Deadline for Submission of Bids ..........................................................................................

63. Late Bid ..........................................................................................................................................

64. Withdrawal of Bids ...................................................................................................................

Bidding Procedure ..................................................................................................................................

65. Single Stage-Two Envelops Bidding Procedure .............................................................

Opening and Evaluation of Bids ........................................................................................................

66. Opening of Bids by the Procuring Agency........................................................................

67. Clarification of Bids ..................................................................................................................

Page 56: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

68. Preliminary Examination .......................................................................................................

69. Evaluation and Comparison of Bids ...................................................................................

70. Evaluation Criteria ....................................................................................................................

71. Contracting the procuring agency ......................................................................................

72. Rejection of bids .........................................................................................................................

32. Re-bidding ....................................................................................................................................

73. Announcement of evaluation report ..................................................................................

74. Award of contract………………………………………………………………………………………

75. Acceptance of bid and award criteria… ………………………………………………………..

76. Quantity of an Item ……………………………………………………………………………………

77. Limitations of negotiation…………………………………………………………….……………

78. Notification of Awards .............................................................................................................

79. Signing of Contract ....................................................................................................................

80. Performance Guarantee ..........................................................................................................

81. Schedule of Requirements .....................................................................................................

82. Redressal of grievances by the Procuring Agency ........................................................

DRAFT CONTRACT/AGREEMENT

Contract Form ………………………………………………………………………………………………….

General Conditions of Contract ................................................................................................

Definitions ..................................................................................................................................................

Application.................................................................................................................................................

Country of Origin .....................................................................................................................................

Standards ...................................................................................................................................................

Use of Contract Documents and Information ...............................................................................

Patent Rights .............................................................................................................................................

Ensuring storage/installation arrangements ..............................................................................

Inspection and Tests ..............................................................................................................................

Physical examination/Inspection of goods ...................................................................................

Delivery of Documents ..........................................................................................................................

Insurance ....................................................................................................................................................

Transportation .........................................................................................................................................

Incidental Services ..................................................................................................................................

Warranty ....................................................................................................................................................

Payment ......................................................................................................................................................

Prices ...........................................................................................................................................................

Page 57: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Contract Amendments ..........................................................................................................................

Assignment ................................................................................................................................................

Subcontracts .............................................................................................................................................

Delays in the Supplier’s Performance .............................................................................................

Penalties/liquidated Damages ...........................................................................................................

Termination for Default ........................................................................................................................

Force Majeure ...........................................................................................................................................

Termination for Insolvency ................................................................................................................

Arbitration and Resolution of Disputes ..........................................................................................

Governing Language ..............................................................................................................................

Applicable Law .........................................................................................................................................

Notices .........................................................................................................................................................

Special Conditions of Contract ................................................................................................

ANNEXURES

Performance Guarantee Form ................................................................................................................

Bid Form .........................................................................................................................................................

Price Schedule (CFR/CPT type) ............................................................................................................

Price Schedule (DDP type) ......................................................................................................................

Bid Evaluation Report (Template)……………………………………………………………………………………………………...

Supplier & Manufacturers Declaration Form………………………………………………………………………………………

Technical Specifications…………………………………………………………………………............................................................

Page 58: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

INVITATION OF BIDS

Page 59: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

A. INSTRUCTIONS TO BIDDERS (ITB)

General Instructions:

1. Content of Bidding Document 1.1 The goods required, bidding procedures, and Contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the bidding documents include:

(k) Instructions to Bidders (ITB); (l) General Conditions of Contract (GCC); (m) Special Conditions of Contract (SCC); (n) Schedule of Requirements; (o) Technical Specifications; (p) Contract Form; (q) Authorization Form; (r) Performance Guarantee Form; (s) Bid Form; and (t) Price Schedule

1.2 In case of discrepancies between the Invitation to Bid and the Bidding Documents listed in 1.1 said Bidding Documents shall take precedence. 1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.

2. Source of Funds 2.1 (Govt. of Punjab/DHA, Rajanpur).

3. Eligible Bidders

3.3 A Bidder shall be a private, public or government owned legal registered entity with the formal intent (as evidenced by a letter of intent) to enter into an agreement or under an existing agreement. 3.4 The bidder must be an active payer. National Tax Number (NTN) and General Sales Tax Number with documentary proof shall have to be provided by bidder(s). 3.3 A Bidder who has been barred or disqualified/blacklisted either by any Government/ Department/ Agency/ Authority would not be eligible to submit the Bid. The Bidder will submit an affidavit to this effect. 3.4 If the Government of Pakistan prohibits commercial relations with any country, any bidder/goods of such countries/dealing with such countries are ineligible to apply. 3.5 The bidder can submit only one bid against an item. If the bidder quotes an alternative bid or submit two bids then the bidder will be considered as non-responsive. 3.6 The bidder shall provide all information required in the bidding documents (evaluation criteria & specifications etc.) and documents to substantiate its claim for eligibility. 3.7 Additional eligibility requirement (if any) is defined in the Bid Data Sheet.

4. Eligible Goods and Services 4.1 Further, country of origin of goods could be from any geographical region of the world as per laws of Pakistan. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. 4.3 The quoted electric equipment must comply with the Standard Electrical Power System of the Country i.e., 220 V/50 Hz.

5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation to Bids. The

Page 60: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days) specified in Bid Data Sheet.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. Such amendment/response shall be uploaded on the website of procuring agency or sent to all prospective Bidders that have received the bidding documents, and shall be binding on them. 7.2 The Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.

8. Qualification and Disqualification of Bidders 8.1 The Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause 29.2. 8.2 The determination shall take into account the Bidder’s financial, technical or production capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts, engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop facilities to provide the after sales services. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well as such other information/ premises visit as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false, fabricated and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be debarred & blacklisted as provided in Punjab Procurement Rules, 2014.

9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of PPR 2014 and its subsequent amendments, if any, the Procuring Agency:

b. defines, for the purposes of this provision, the terms set forth below as follows: (i) coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain or to cause a wrongful loss to another party; (ii) Collusive practice by arrangement between two or more parties to the procurement process or contract execution, designed to achieve with or without the knowledge of the procuring agency to establish Prices at artificial, noncompetitive levels for any wrongful gain; (iii) Corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain; (iv) fraudulent practice by any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (v) obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract or deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights.

c. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare

Page 61: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components:

(d) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to be submitted along with financial proposal);

(e) Documentary evidence established in accordance with ITB Clause 15 that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(f) Documentary evidence established in accordance with ITB Clause 16 that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form (Annex-A) and an appropriate Price Schedule (Annex-B), furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, quantity, prices, make, model, country of origin, country of manufacturer and port of shipment in case of imported equipment.

13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the Unit Prices and Total Package Price of the goods, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of goods according to the technical specifications for complete package/tender. Optional items are mandatory to quote but will not be considered while determining the lowest bidder. The specifications of goods, different from the demand of enquiry and packaged items, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted. 13.6 The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) as specified in the

technical specifications. In case both modes are mentioned in the technical specifications, the bidder

shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be

rejected.

14. Bid Currencies 14.1 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. 14.2 State Bank of Pakistan’s foreign currency selling rate will be considered from the date of opening of Financial Bid for comparison purposes.

15. Documents Establishing Bidder’s Eligibility and Qualification. 15.1 The Bidder shall furnish, as part of its technical bid, documents (as specified in ITB Clause 3 above) establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall be as specified in the evaluation criteria, technical specifications etc.

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents

Page 62: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods (as specified in the evaluation criteria, technical specifications etc.), which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered. 16.3 The bidder is required to arrange sample (s) of quoted equipment for evaluation on direction of the department; the bidder shall provide the sample or give demonstration as per requirement for evaluation/ satisfaction of the Committee.

17. Bid Security 17.1 The value, validity & shape of Bid Security to be submitted by a bidder along with its bid is indicated in the Bid Data Sheet.

18. Bid Validity 18.1 Bids shall remain valid for a period, after opening of a bid, as specified in the Bid Data Sheet. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Any extension in bid validity will be dealt as per mechanism provided in rule 28 of Punjab Procurement Rules, 2014.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in case of tender with the permission of alliance/ Joint venture for the bidding of complete package i.e. more than one item in a single tender) or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of bidder.

20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. It should contain the package name and its number. 20.2 The inner and outer envelopes shall:

c) be addressed to the Procuring Agency at the address given in the Invitation to Bids; and d) bear the Procuring Agency name and number indicated in the Invitation to Bids, and shall

be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the Invitation To Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.

21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address, time and date specified in the Invitation to Bids.

22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rejected and returned unopened to the Bidder.

23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure 24.1 The procedure for selection of Contractor shall be used for the procurement is specified in the Bid Data Sheet. The detail description of the procedure is described in Rule 38 of Punjab Procurement Rules, 2014.

Page 63: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Opening and Evaluation of Bids

25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation to Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL shall remain unopened and be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall read aloud the Unit Price as well as the Bid amount and shall record minutes of bid opening.

26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid, as provided in Rule 33 of PPR 2014. The request for clarification and the response shall be in writing, and no change in the prices or substance of bid like indication or re-indication of make/model/brand etc. shall be sought, offered, or permitted.

27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids on the basis of Single items/ Complete package (As demanded in the advertised tender), which have been determined to be substantially responsive, pursuant to ITB Clause 25. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of evaluation criteria, technical & managerial capabilities and previous performances of quoted product/model. 28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and other terms and conditions set forth in these bidding documents. 28.4 For the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13 & 14. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as previous performances and such other details as the Procuring Agency at its discretion, may consider

Page 64: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

appropriate shall be taken into consideration and these should be available with the bidder. The following evaluation factors/ criteria will be employed on technical proposals. 29.2 Technical Evaluation Criteria

TECHNICAL EVALUATION CRITERIA

(KNOCKED DOWN CRITERIA)

xiv. The Bidder shall attach relevant documents as required in Clause 3 of ITB. xv. The bid must comply with the advertised technical specifications of the quoted item.

Incomplete offer will straightaway be rejected. xvi. The firms shall also declare the make, model & country of origin of all accessories to

be provided with the equipment. xvii. The Bidder shall authorize a representative through Authorization or Power of attorney for

the bidding process. xviii. The quoted model of the product shall be available on the current official website of

the manufacturer; otherwise the quoted product shall be considered obsolete/ redundant and will straight away be rejected (Bio-medical or imported equipment and machinery).

xix. The quoted product must have at least one-year local market business history. The bidder shall provide Satisfactory Past Performance for quoted Product. (Performance & Installation reports from the concerned institutes to be attached).

xx. The product must comply with International Quality Standards as indicated in the Technical Specifications.

xxi. Certificate from the manufacturer that the after sales services / backup services shall be provided jointly with the local sole agent and in case of change of local agent, they will provide the after sales services themselves or through newly appointed agent for the period mentioned from the date of commissioning in case of Bio-medical Equipment.

xxii. A Certificate from the manufacturer that the installation will be conducted in conformity with the system requirements by following the professional approach.

xxiii. The bidder will attach the list of relevant Test & Tool Equipment required for repair, maintenance and calibration of the quoted product.

xxiv. The bidder shall attach Balance Sheets and Income Tax Returns (for Last Two Years). xxv. The offer will be considered as responsive if it fully meets the tender requirement and

specifications. The offer which will not be as per requirement of tender and specifications is to be declared as non-responsive. The offer which contains the minor deviations from the specifications and the deviations would not have any kind of effect on the quality, efficiency, reliability and durability of products will be declared as substantially responsive, this need to be determined by the Technical Evaluation Committee. The offers which are declared as Responsive and Substantially Responsive will be considered as equivalent for the onward proceedings of tender.

xxvi. The Bidder shall have to present samples of the quoted product within period as mentioned in the Bid Data Sheet on the request of the department for its evaluation.

29.2.3 Bidders are required to submit the information in the following format along with documentary evidence as under.

29.2.4 Profile of the Bidder The Bidders are required to submit its profile.

Sr.# Particulars 1. Registered Office Address Office Telephone Number Fax Number & E-mail

2. Authorized Person Name Personal Telephone Number Email Address

29.3 Financial proposals would be evaluated as follows:

Page 65: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

ii) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. All bidders’ in attendance at the time of opening of financial proposals shall sign an attendance sheet.

vii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders shall be read aloud. The financial proposal of the technically responsive bidders shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened, and the Unit Price as well as the Bid amount read aloud and recorded. Financial proposals of the technically non-responsive bidders shall be returned unopened as per procedure prescribe in PPR 2014.

viii) Incomplete bid shall stand rejected. All items described in the technical proposal must be priced in financial proposal. Items described in the technical proposal but not priced, shall be assumed to be included in the price of other items.

ix) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and figures, the formers will prevail.

x) The bidders will quote the Price Schedules. The total price of the system will be calculated by converting the price to single currency (PKR) on the exchange rate of date of opening of Financial Proposal; in case of import of item.

xi) In case where both DDP & CFR/CPT prices are required, lowest will be determined on the basis as indicated in the Bid Data Sheet.

30. Contacting the Procuring Agency 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 31.4 The items contained in the tender should be bid in total and technical rejection of any item not complying with the technical specifications may lead to the rejection of complete Tender. 31.5 A procuring agency may for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in Rule 4 of PPR 2014 and shall immediately communicate the decision to the bidders.

32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.

33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least Ten Days prior to the award of procurement Contract.

Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules & regulations, policy of the Government shall be awarded the Contract, within the original or extended period of bid validity for complete package/Tender. 34.2 The Bidder having lesser Bid Security will be rejected as non-responsive and Acceptance of Bid be awarded to next bidder; being the responsive lowest bidder.

Page 66: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

35. Quantity of an Item 35.1 The Procuring Agency reserves the right at the time of Contract award to increase the quantity of goods (15% as repeat order) originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms & conditions.

36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the Punjab Procurement Regulatory Authority and its subsequent amendments, if any.

37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing that its bid has been accepted. 37.2 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules-2014.

38. Signing of Contract 38.1 The Procuring Agency will issue the Notification of Award/Advance Acceptance of Tender (AAT). The firm will submit the required Performance Guarantee within 07(seven) Days after issuance of AAT. After receipt of Performance Guarantee (having validity equivalent to Total warranty period of equipment) and Stamp Duty, the procuring Agency and successful bidder will sign and date the formal Contract. 38.2 If the successful bidder shows inability to sign the contract or failed to deposit Performance Guarantee & Stamp duty etc, then their Bid security/Contract security to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for three years for future participation. In such situation, the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 38.3 The contract is to be made on stamp paper worth of Rs. @ 25 paisa per every one hundred rupees of the total value of the contract, under prevailing clauses of Stamp Act 1899. 38.4 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules – 2014.

39. Performance Guarantee 39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance Guarantee/Security Form. The shape & value of Performance Guarantee to be submitted is indicated in the Bid Data Sheet. 39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 39.3 The firms which have mentioned the extended comprehensive warranty Free of Cost; their percentage of submission of Performance Security will be increased by 1% against each free year e.g., a firm provided extended comprehensive warranty free of cost for 04 years then the firm will bound to submit additional 04% of Performance Security. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

40. Schedule of Requirement 40.1 The supplies shall be delivered/shipped as per schedule of requirement indicated in the Bid Data Sheet. 40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty shall be imposed shall be imposed upon the Supplier as indicated in Bid Data Sheet. 40.3 In case of DDP the delivery period will be started from the date of issuance of Purchase order/signing of the Contract and in the case of CFR/CPT it will be from the date of establishment of LC by the Bank in favor of manufacturer/Beneficiary.

41. Redressal of grievances by the Procuring Agency 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than ten days after the announcement of the bid evaluation report. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process.

Page 67: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

BID DATA SHEET

ITB

CLAUSE DESCRIPTION

3

Basic Eligibility requirements are as indicated in clause 3. Additional Eligibility:

iii. All Original manufacturer and authorized Sole Agents of Foreign /

Local Manufacturer are eligible bidders for Medical Equipment /

Plant & Machinery/ Hospital Furniture and Dental Material etc.

iv. All original Manufacturer and authorized distributors of

Manufacturer/Sole Agent are eligible bidders for minor products

for which after sale services are not required.

6 Procuring Agency shall respond to requests for clarification which it received on or before (25.02.2020) in the Office of (CEO, DHA, Rajanpur)

10 Language of Bid & correspondence shall be English.

13.6

The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) specified in the technical specifications. In case both modes are mentioned in the technical specifications, the bidder shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be rejected.

14 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. Including all Ex-work, Transportation, Storage charges till the destination.

17 Bid Security is 2% of estimated cost of each item. 18 90 Days from the date of opening of bids. 19 Joint Venture is not allowed for this tender.

24 Single Stage-Two Envelope Bidding Procedure as per rule (38) (2) (a) of Punjab Procurement Rules 2014 shall be used for selection of Contractors.

N/A Address for communication: (The Chief Executive Officer, District Health Authority, Rajanpur)

29.2 (vi) The Bidder shall have to submit samples /broachers (for Medical Equipment of high cost) of the quoted equipment with Bids.

29.3 (vi)

ii. In case where only DDP prices are required, lowest bidder will be

determined on the basis of DDP price (price of the main unit along

with standard accessories for one-year comprehensive warranty plus

extended comprehensive warranty where required in specifications

(Service Level Agreement) in PKR @ Net Present Value on one-year

basis).

39 Performance Guarantee will be 5% of the Contract Value in the shape of Bank Guarantee from any scheduled bank. Bank Guarantee will be valid for the warranty period of the equipment.

40.1

Mode of penalty Shipping/Delivery Period

Without Penalty 30 Days for DDP (No grace period is allowed)

40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 68: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DRAFT CONTRACT/

AGREEMENT

Page 69: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

CONTRACT FORM

(On stamp paper worth Rs. @ 25 paisa per every one hundred rupees of the total value of the contract)

THIS CONTRACT is made at on day of 2020, between the (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Purchaser on behalf of its Procuring Agency invited bids for Framework Contract of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs.____________________ (amount in figures and words) for free delivery items. NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

13. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”:

14. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz: -

h. the General Conditions of Contract; i. the Special Conditions of Contract; j. the Procuring Agency’s Notification of Award; k. the Technical Specifications accepted & allied requirements; l. the scope of work; m. the Bid & its clarifications. n. any other documents deem appropriate

15. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

16. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

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

18. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto.

19. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

20. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies

Page 70: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

available to Government of the Punjab under any law, Contract or other instrument, be void able at the option of Government of the Punjab.

21. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab.

22. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The decisions taken and/or award made by the Arbitrator shall be final and binding on the Parties.

23. The Contract shall not constitute a partnership between the parties and that the supplier shall not in any manner represent itself as agent or authorized representative of the Procuring Agency of the Government of the Punjab etc. or be considered as such included.

24. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Sign/ Seal by the Supplying firm

Witness

Sign/ Seal by Procuring Agency

1. 2.

1. 2.

Note: 1. In case of alliance; all the firms have to sign this document jointly along with Procuring

Agency, as all firms will bear equal responsibility in execution of the contract.

Page 71: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

B. GENERAL CONDITIONS OF CONTRACT (GCC) 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

j. “The Contract” means the agreement entered into between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

k. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

l. “The Goods” means equipment and machinery and other items which the Supplier is required to supply to the Procuring Agency under the Contract.

m. “The Services” means those services ancillaries to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Procuring Agency, Insurance, transportation of goods up to the desired destinations, commissioning, training and other such obligations of the supplier covered under the Contract.

n. “GCC” mean the General Conditions of Contract contained in this section. o. “SCC” means the Special Conditions of Contract. p. “The Procuring Agency” means the (Chief Executive Officer District Health Authority, Rajanpur)

or the procuring agency advertised the tender. q. “The Supplier” means the individual or firms or joint venture supplying the goods under this

Contract. r. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

3. Country of Origin 3.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications.

4. Standards 4.1 The items should comply with the relevant international product quality standards or as per standards mentioned in the specifications.

Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency.

6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

7. Submission of Samples 7.1 The samples shall be submitted as per mentioned in the ITB/Evaluation Criteria/Specifications.

8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. The cost of any minor changes in the site of installation will be borne by the supplier. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 72: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

9. Inspections and Tests 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2. For the purpose of inspections and tests of equipment. The Supplier shall furnish all reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. The inspection team will inspect & test the equipment prior to dispatch (where specified) and categorically mentioned in the LC clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such inspection/ lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract.

10. Physical Examination/ Inspection of Goods 10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of the equipment/ goods as per contracted specifications and installation protocols recommended by the manufacturers.

11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods which is maximum 30 Days (DDP) from the date of issuance of this contract. The details of original documents to be furnished by the Supplier is indicated in Technical Specifications.

12. Insurance 12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) or CFR/CPT as mentioned under which risk is transferred to the buyer after having been delivered to final destination; hence, marine and inland insurance coverage is Supplier’s responsibility. The Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the Contract Price.

13. Transportation 13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract.

14. Incidental Services 14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such incidental services include in total Contract price. 14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it, as the Contract shall be construed as fixed amount Contract and includes all costs. 14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no amount to be given in any case except the Contracted amount. 14.4 The Procuring Agency will provide all necessary documents for facilitation and Custom Clearance but no amount be given in any case except the Contracted amount. The Octroi, Clearing Charges, transportation etc. will be borne by the Contracting firm.

15. Warranty 15.1 The firm shall maintain the equipment for total comprehensive warranty period (one-year comprehensive plus extended comprehensive warranty period, where required in technical specifications, as Service Level Agreement), for complete system including parts & labour. The payment for extended comprehensive warranty will be made annually in Pak Rupee at the end of the year by Procuring Agency (where SLA is mentioned in technical specifications). The supplier will categorically mention the disposable/consumable items of the equipment good in advance along with the submitted tender, any item declaration as consumable/ disposable after the submission of bid/quotation will not submitted. 15.2 The comprehensive warranty shall be monitored by Biomedical Equipment Resource Centre of P&SH Department.

Page 73: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. 16.2 In case of imported goods to be procured on CFR/CPT basis; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm. 16.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the contract and all other works described in Contract. Part payment, part delivery may be admissible in case of huge quantity of the goods. 16.4 The Payment for extended comprehensive warranty period (SLA) will be made by the Procuring Agency after the end of each year which shall be counted from the date of successful completion of standard warranty period of one year. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

17. Prices 17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the bid validity period provided the Procuring Agency’s request for bid validity extension.

18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made. 18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions where the manufacturer has stopped producing or suspended that model or the latest model of similar series or version has been launched by the manufacturer or non-availability due to international mergers of the manufacturers or similar unavoidable constraints.

19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent.

20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

21. Delays in the Supplier’s Performance 21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

22. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item, the payment of risk purchase (which will be purchased by the procuring agency/indenter) the price difference shall be paid by the Firm.

23. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

d. if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or

Page 74: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

e. if the Supplier fails to perform any other obligation(s) under the Contract. f. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.

23.2 Mechanism of blacklisting provided in rule 21 of Punjab Procurement Rules, 2014.

24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to miss-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.

25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one-month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.

26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The arbitrator will be appointed with mutual consent of both the parties. The decisions of the Arbitrator shall be final and binding on the Parties.

27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

28. Applicable Law 28.1 This Contract shall be governed by the Laws of Pakistan and the Courts of Pakistan shall have exclusive jurisdiction.

29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Page 75: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

C. SPECIAL CONDITIONS OF CONTRACT (SCC) Special Conditions of Contract shall be concluded between the Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In case where there is a conflict between the general conditions of the contract and the special conditions of contract, the special condition of contract shall prevail.

1. General: 1.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications. 1.2 The fee of all necessary licenses required to install and operate the equipment shall be borne by the Supplier and Procuring agency will facilitate through documents only. 1.3 The Bank Guarantee will be discharged after successful installation, commissioning, servicing and completion of standard warranty period. A clearance letter/NOC will be issued by the head of concerned institution in this regard. 1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octroi, licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the Procuring Agency will not pay any amount over this contracted amount whether in case of CFR/CPT or Delivered Duty Paid consignments. 1.5 Certificate from the manufacturer of foreign/ Local Principal that they will provide after sales services through its agent and in case of change of its agent, it will provide the services itself or newly appointed Sole agent/ Sole distributor.

2. Insurance of Local Goods 2.1 Insurance of Goods and other materials from factory to Site shall include all insurance costs covering the responsibility of all losses or damages, while loading, unloading, storing, trimming on the carrier and transporting to site up to the installation, testing & commissioning. 2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports (when applicable) shall be the Contractor’s responsibility. 2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance Company (NIC) of Pakistan or any other Insurance company operating in Pakistan acceptable to the Procuring Agency.

3. Payment 3.1 In case of CFR/CPT; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm.

3.2 The amount of Letter of Credit shall be paid to beneficiary/Manufacturer on production of the following non-negotiable documents.

xi. Draft. xii. Three original and two copies of the Supplier's Invoice showing purchaser as (CEO, DHA,

Rajanpur), Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit price and total amount. Invoice must be signed in original stamped or sealed with company stamp or seal.

xiii. Four Copies of packing list identifying content of each package. xiv. Copy of Insurance Certificate showing purchaser as the beneficiary; xv. The original manufacturer’s warranty certificate covering all items supplied;

xvi. One original copy of the Supplier’s Certificate of origin covering all items supplied. xvii. Test/ Inspection Certificate of manufacturers.

xviii. Compliance Report of Internal Quality Standards. xix. Product model, serial numbers. xx. Manufacturer's Guarantee Certificate to the effect that:

a) The goods supplied by them are strictly in conformity with the specifications stipulated in the contract. b) The goods have been packed and marked suitable for transport by Sea, Rail, Road and Air in terms of the contract.

Page 76: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

c) The stores supplied by them are brand new and absolutely free from any material or manufacturing defects. d) Manufacturer's test certificate in respect of each consignment.

3.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the equipment and all other works described in Contract.

4. Execution of Warranty 4.1 A Log Book for the equipment shall be maintained by the Supplier Service Engineer in consultation with the end user department. This will include the name of the equipment, down time, preventive maintenance schedule, replacement of parts, down time etc. 4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per contracted specifications and handing over of related documents mentioned in GCC and will last for its warranty period at 95% uptime. 4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual optimal uptime of 95% is considered as acceptable level of performance. 4.4 Software and hardware up gradation of the computing system should be carried out as available during warranty period as recommended by the manufacturer. 4.5 Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the system which may develop at any time during installation, commissioning period. 4.6 Manufacturer will guarantee the availability of spare parts and accessories for the system for ten years. 4.7 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition and processing during working hours throughout the year except holidays (from 9.00 am to 5.00pm). 4.8 Manufacturer /Supplier shall check system performance during and after every 4-months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available, both measured on the basis of working hours as detailed above. 4.9 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the following formula will be applied to determine additional days in the warranty / service contract period.

a. 100% - 95% No Penalty b. 95% - 90% The warranty period will be extended by 2.0 times

the number of days as extra down time. c. 90% - 80% The warranty period will be extended by 3.0 times

the number of days as extra down time d. Below 80% The warranty period will be extended by 4.0 times

the number of days as extra down time 4.10 Down time is defined as the failure in the equipment operation to acquire or process the data or procedure, resulting in inability to carry out the required procedure properly. 4.11 The firm will be bound to make arrangements for availability of qualified technical staff in hospital / site for prompt execution/coordination of after sale services. 4.12 Down time will start when the end user/ Staff In-charge notifies the designated service facility verbally or in writing. 4.13 Down time will end once the repairs have been affected and the system is again available for use. 4.14 The firm will provide the recommended preventive maintenance schedule of each of the equipment at the time of delivery. 4.15 The firm will bound to execute the installation/ maintenance according to the installation/ service protocol and will replace the components/ kits recommended by the manufacturers for installation and Periodic Preventive maintenance. 4.16 The scheduled preventive maintenance shall be in accordance with Service Protocol recommended/ advised by the manufacturer. 4.17 Remote service via modem shall be preferred if provided by the manufacturer to pick-up early faults at no cost to the end user. 4.18 The manufacturer / supplier will be responsible for preventive maintenance of equipment as per manufacturers’ Service Manuals and shall keep a check for electrical / magnetic / temperature and humidity conditions. Such a check should be made monthly and record should be maintained in the log book available with the end user.

5. Packing & Marking 5.1 Packing: Usual export packing to ensure safe journey up to the site of consignee. Marking: Each packing should be clearly marked in suitable size in bold letters as per requirement.

Page 77: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

6. Trans-shipment 6.1 Trans-shipment is not allowed.

7. Place of delivery: 7.1 (CEO DHA Office, Rajanpur)

8. Port of Clearance 8.1 Port of Clearance will be any port in Pakistan.

9. Correspondence addresses Procuring Agency

Contracting Firm M/S------------------------------------------------------------------------------------------------------

Page 78: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PERFORMANCE GUARANTEE FORM

To: [Name & Address of the Procuring Agency] Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of as defined in Bid Data Sheet of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the____________ day of_________, 20___ Signature and Seal of the Guarantors/Bank Address Date Note:

1. It should be valid for a period equal to the total warranty period. 2. The Contract will be signed/ issued after submission of this Performance guarantee.

Page 79: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-A BID FORM

Date: Tender No: Name of the Item:

To: [Name and address of Procuring Agency] Respected Sir Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents for the sum of [Total Bid Amount], [Bid Amount in words] and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we undertake to provide a performance security/guarantee in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per the bidding documents. Name and address of bidder Amount and Currency (if none, state “none”).” Dated this day of , 2020 Signature (in the capacity of) Duly authorized to sign bid for and on behalf of Attachment

Page 80: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-B

PRICE SCHEDULE (DDP Basis)

Name of Bidder__________________________________________________________________ Tender No. and the name of the Item --------------------------------------------------------------

Ite

m. N

o.

Na

me

of

Ite

m

(As

list

ed

in

in

vit

ati

on

of

bid

)

Ma

ke

Mo

de

l

Co

un

try

of

Ori

gin

Co

un

try

of

Ma

nu

fact

ure

r

Su

pp

lie

r

Na

me

of

Po

rt o

f d

isp

atc

h

Qty

.

Un

it C

IF P

rice

(€/£/$)

To

tal

Pri

ce

for

ea

ch i

tem

(€/£/$)

Na

me

of

be

ne

fici

ary

ba

nk

Total Price (DDP for Local & Imported Equipment) Main equipment with standard accessories plus one-year comprehensive warranty.

Extended Comprehensive Warranty (Service Level Agreement) as mentioned in the specification (year wise) in PKR

Sign and Stamp of Bidder_________________________________________________ Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

Page 81: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(TEMPLATE)

BID EVALUATION SHEET Package No/Tender Number: ----------------------------------------------------- Name of the Equipment and Qty.: -------------------------------------------------

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION) (All evaluation parameters defined below are mandatory for compliance)

Sr. No. Evaluation Parameters M/S ABC M/S XYZ

1 Legal registered entity Yes / No Yes / No

2 Active Tax Payer (NTN & GST) as per clause 3 ITB

Yes / No Yes / No

3 One person One Bid Yes / No Yes / No

4 Manufacturer/Sole Distributor Yes / No Yes / No

5 Past performance Yes / No Yes / No

7 Balance Sheet, Financial Statement & Annual Turnover

Yes / No Yes / No

8 Complete item with accessories and optional

Yes / No Yes / No

9 Certificate from the Manufacturer regarding after Sales Services and Installation

Yes / No Yes / No

10 Testing/Calibration equipment Yes / No Yes / No

12 Affidavit from Bidder (as per Supplier Declaration Template)

Yes / No Yes / No

13 Bid Validity Yes / No Yes / No

14 Delivery Period Yes / No Yes / No

15 Compliance of Warranty as per tender Yes / No Yes / No

Remarks:

(Eligible/ Not Eligible for further

evaluations of PART-II)

(Eligible/ Not Eligible for further evaluations

of PART-II)

PART – II KNOCK DOWN CRITERIA - PRODUCT EVALUATION (All evaluation parameters defined below are mandatory for compliance.)

Item Sr. No

SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Brand

Model

Country of Manufacturer

Country of Origin of Product/Model Number

Product Local Market Business History as mentioned in criteria

Compliance with defined quality standards (FDA 510k, MDD, Jp MHLW as mentioned in the

specifications)

Specifications/Sample Evaluation: Technically Acceptable

/Not Technically

Acceptable /Not

Page 82: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(Mention the reasons) (Mention the reasons)

Technical Eligibility of Product: Eligible / Not Eligible Eligible / Not Eligible

Technical Eligibility of Firm: Eligible / Not Eligible Eligible / Not Eligible

BID STATUS:

Responsive/ Substantially

Responsive/Non-Responsive

Responsive/ Substantially

Responsive / Non-Responsive

NOTE:

1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight way.

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. This report will become the part of above Performa as sample evaluation report.

Page 83: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

SUPPLIER DECLARATION (on the Letter Head of the Bidder)

To Dated: _____________ (_________________________)

I declare that:

• I am authorized to represent the Firm __________ as the "Firm" for the purpose of Framework Contract of goods as per following detail;

SR. NO.

NAME OF THE EQUIPMENT

NAME OF MANUFACTURER/

COUNTRY

DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

VALIDITY DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

• All information provided in this Bid is current and correct and the firm has no reservations with this Bidding Documents.

• This Bid contains all the information as is prescribed in the Bidding Document.

• The Firm will abide by all the rules and regulations, formulated by the Government of Punjab, Primary & Secondary Healthcare Department.

• The firm will notify you of all changes and variations to the Product / its manufacturing status.

• The firm has not been declared ineligible/blacklisted by any Government/ Semi Government Department or Private Organization.

• If the Firm does not abide by the above stated Declaration then the Government of Punjab has every right to Blacklist our Firm.

Name of the Firm: ____________________________________________________ Name & capacity of the Authorized Contact Person: _________________________ Signature of the Authorized Contact Person: ______________________ Date: _________________________ Stamp of the Firm: ______________________

Note: Any variation in information provided in this bid/tender and already provided will lead toward

disqualification of bidder and legal action against the firm as per Punjab Procurement Rules, 2014.

Page 84: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TENDER LIST FOR THE PURCHASE OF PLANT AND MACHINERY AND MISCLINIOUS ITEMS

FOR CONSTRUCTION OF CARDIAC CENTER AT DHQ HOSPITAL ENHANCED BED CAPACITY

THQ HOSPITAL JAMPUR AND UPGARDATION OF DISPERSRIES DISTRICT RAJANPUR

DURING THE FINANCIAL YEAR 2019-2020

Sr Equipment Specifications Qty Estimated

Unit Price

Total

Amount

2% Bid

Security

1 COMPUTER LATEST

Processor: Intel Core i7-2600 Processor, 3.4GHz, 8M Cache

Operating system: Windows 8 Professional 64 bit (Licensed)

System Recovery DVD: Genuine Windows 8 Professional 64 - Recovery

DVD – English

Windows XP Mode: Windows XP Mode Available and Supported -

English

Form factor: Small Form Factor with Install-Ready Security Cable Lock

Hole Feature

I/O ports: Front-side Mic/Headset ports, Two Front-side and Two Back-

, Left-, or Right-side USB Ports

Memory speed: 1333MHz

RAM Memory Total: 8GB

Video adapter: Integrated Video Intel

Audio adapter: Integrated Audio Intel

Hard drive: 500GB, 7200RPM

DVD: DVD Recordable (with DVD Playback & Burner Software) for

Win 8

Networking: Integrated Gigabit Ethernet Intel

Keyboard: Full Size - US English

Pointing device: Optical Mouse with Scroll Button

Speakers: Internal speaker

Power cord: Line Cord – US

Software: Microsoft Office Professional 2010 (Academic License Only)

Monitor: 22 inches wide LCD monitor with Install-Ready Security

Cable Lock Hole Feature

2 85,000/- 170,000/- 3,400/-

2 PRINTER

Print Speed (Black): Up to 35ppm (Letter)

Print Resolution: Up to 1200x1200 dpi (Best), Fast Res 1200 (Normal)

Standard Connectivity: 1 Hi-Speed USB 2.0; 1 Host USB; 1 Duty Cycle:

Up to 50,000 pages

Duplex Print Option: Automatic (standard) (dn & dw only)

Wireless Direct Print

2 25,000/- 50,000/- 1,000/-

3 UPS FOR COMPUTER

650 VA with Dry battery, line interactive technology 8-15 Mins backup

time on 70% load with other standard features

Power cord & standard accessories

Operating Voltage : 220/110 AC

2 12,000/- 24,000/- 480/-

4 PHOTOCOPIER

Main Functions: Print, Copy, Scan, Send, Store, Fax

Paper Capacity: Standard 650 Sheets or Better

1 350,000/- 350,000/- 7,000/-

Page 85: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Copy Capacity: 35 Page per Minute

Supported Files: PDF, TIFF, JPEG, EPS, XPS or More

Supported Paper Sizes: Legal, Letter, Executive, Statement, and

Envelope

Copy Functions: Preset Reduction/Enlargement Ratios by Area, Paper

Setting, Previous Settings, Favorite Settings, Finishing, Two-Sided,

Density Adjustment, Original Type Selection, Interrupt Mode, Setting

Confirmation/Cancel

Touch Screen: 8” or Better

Memory: 3.0 GB RAM

Hard Disk Drive: 250GB

Interface Connection:

Network: 1000Base-T/100Base-TX/10Base-T, Wireless LAN

Standard: USB 2.0 x1 (Host), USB 3.0 x1 (Host), USB 2.0 x1 (Device)

5 CCTV CAMERA

Full HD 2MP Camera or Better Qty 12 Cameras

Full HD Video Recorder

16 Channel Digital Video Recorder

Dual-stream video compression

Supports HDCVI/AHD/TVI/CVBS/IP video inputs

Max 12/24 channels IP camera inputs, each channel up to 8MP; Max

48/96Mbps incoming bandwidth

Smart Search and Intelligent Video System

Total 48/96W output power consumption;

Max supports 8/16 channels Lite series PoC cameras inputs

4K resolution Or Better

Clarity of a magnified scene to view or record 32”LED or better

Professional connectivity and hospitality features.

Complete with installation

01 400,000/- 400,000/- 8,000/-

6 ELECTRIC WATER COOLER

S S Type

40 gallon capacity or better

With ceramic filter

With compatible stabilizer

Branded

4 45,000/- 180,000/- 3,600/-

7 AIR CONDITIONER SPLIT TYPE

Split Type

Auto restart

220V-204 V 50Hs

With circuit beaker

Installation with Stabilizer

Branded

10 65,000/- 650,000/- 13,000/-

8 HEATERS

Electric Heater for wards

Latest Model

Best Quality

Brandded

10 8,000/- 80,000/- 1,600/-

9 REFRIGERATORS

Defrost Facility

4 75,000/- 300,000/- 6,000/-

Page 86: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Size Large

With stabilizer

Latest Model

Haier, Orient, Pel, Dawlance or equivalent

10 UPS 5 KVA

5000 Va UPS / 4200 watts

Pure sign wave output

Motor based loads

Wide AC Input voltage range which support both AC utility and

generator

Strong charging capability

Up to 98% efficiency under line mode which results in energy saving

Support 4 batteries 140 amps and better

8 110,000/- 880,000/- 17,600/-

11 BATTERIES

165-175 Amps

Branded

30 30,000/- 900,000/- 18,000/-

12 SOLAR PLATE 220 V

1 Kw System approx.

Solar Plates 4 No’s German origin

Structure for plates

Low frequency solar inverter Solar inverter

Breaker and wire for installation

15 20,000/- 300,000/- 6,000/-

13 MEDICINE TRAY

SS Type

Size 12 inch with cover

Best Quality

10 2,500/- 25,000/- 500/-

14 DUST BINS

Plastic Type

7 liter or more

Best Quality

16 200/- 3,200/- 64/-

15 INSTRUMENT TRAY

Standard Size 12 Inch

SS type

Best Quality

30 1,000/- 30,000/- 600/-

16 KIDNEY TRAY

8” size

SS type

Best Quality

30 1,000/- 30,000/- 600/-

17 CHITAL FORCEPS

SS Type

Best Quality

60 500/- 30,000/- 600/-

18 DRESSING FORCEPS

SS Type

Best Quality

8 “10”

75 500/- 37,500/- 750/-

Page 87: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

19 D& C SET

1 DILATOR 8

2 UT-CURRETTE D/E 2

3 CUSCOS SPECULUM 1

4 SIMS SPECULUM D/E 1

5

SPONGE HOLDING FCPS

FORIESTER/RAMRLAY 1

6 VOLSELLUM FORCEPS 1

7 OVEM FORCEPS 1

8 UT- DRESSING FORCEPS 1

9 UT- SOUND 1

15 15,000/- 225,000/- 4,500/-

20

DRESSING DRUM WITH STERILIZER STAND

S S Type

Size 12 x 12

With Stand

30 10,000/- 300,000/- 6,000/-

21 BOWL SS” 10 “

SS Type

Best Quality

150 650/- 97,500/- 1,950/-

22 URINAL MALE AND FEMALE

Eight Each Stainless steel anti-magnetic female urinal.

Best Quality

16 650/- 10,400/- 208/-

Note:

• All Local Items Subject to approval of Samples (TAC committee call for required samples)

• Mode: DDP

• Warranty Comprehensive 01 Year

• Quantity May be Increase or decrease subject to availability of Funds

Page 88: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DISTRICIT HEALTH AUTHORITY

(RAJANPUR)

BIDDING DOCUMENTS

FOR

PROCURMENT OF HOSPITAL FURNITURE

AND FIXTURE

BID REFERENCE NO. CEO (DHA) RAJANPUR-(M&E) 2019-2020

(YEAR 2019 - 2020)

Page 89: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TABLE OF CONTENTS

Letter for Invitation .....................................................................................................................

Instructions To Bidder ................................................................................................................

General Instructions ..............................................................................................................................

83. Content of Bidding Documents ............................................................................................

84. Source of Funds ..........................................................................................................................

85. Eligible Bidders ..........................................................................................................................

86. Eligible Goods and Services ...................................................................................................

87. Cost of Bidding ............................................................................................................................

88. Clarification of Bidding Documents....................................................................................

89. Amendment of Bidding Documents ...................................................................................

90. Qualification and disqualification of Bidders .................................................................

91. Corrupt or Fraudulent Practices..........................................................................................

Preparation of Bids .................................................................................................................................

92. Language of Bid ..........................................................................................................................

93. Documents Comprising the Bid ...........................................................................................

94. Bid Form and Price Schedule ................................................................................................

95. Bid Prices ......................................................................................................................................

96. Bid Currencies ............................................................................................................................

97. Documents Establishing Bidder’s Eligibility and Qualification ...................................

98. Documents Establishing Good’s Eligibility and Conformity to Bidding Document .....

99. Bid Security ..................................................................................................................................

100. Bid Validity .................................................................................................................................

Submission of Bids .................................................................................................................................

101. Format and Signing of Bid ....................................................................................................

102. Sealing and Marking of Bids ................................................................................................

103. Deadline for Submission of Bids ........................................................................................

104. Late Bid ........................................................................................................................................

105. Withdrawal of Bids .................................................................................................................

Bidding Procedure ..................................................................................................................................

106. Single Stage-Two Envelops Bidding Procedure ...........................................................

Opening and Evaluation of Bids ........................................................................................................

107. Opening of Bids by the Procuring Agency ......................................................................

108. Clarification of Bids .................................................................................................................

Page 90: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

109. Preliminary Examination......................................................................................................

110. Evaluation and Comparison of Bids .................................................................................

111. Evaluation Criteria ..................................................................................................................

112. Contracting the procuring agency .....................................................................................

113. Rejection of bids .......................................................................................................................

32. Re-bidding ....................................................................................................................................

114. Announcement of evaluation report ................................................................................

115. Award of

contract………………………………………………………………………………………

116. Acceptance of bid and award criteria…

………………………………………………………..

117. Quantity of an Item

……………………………………………………………………………………

118. Limitations of

negotiation…………………………………………………………….……………

119. Notification of Awards ...........................................................................................................

120. Signing of Contract ..................................................................................................................

121. Performance Guarantee ........................................................................................................

122. Schedule of Requirements ...................................................................................................

123. Redressal of grievances by the Procuring Agency ......................................................

DRAFT CONTRACT/AGREEMENT

Contract Form ………………………………………………………………………………………………….

General Conditions of Contract ................................................................................................

Definitions ..................................................................................................................................................

Application.................................................................................................................................................

Country of Origin .....................................................................................................................................

Standards ...................................................................................................................................................

Use of Contract Documents and Information ...............................................................................

Patent Rights .............................................................................................................................................

Ensuring storage/installation arrangements ..............................................................................

Inspection and Tests ..............................................................................................................................

Physical examination/Inspection of goods ...................................................................................

Delivery of Documents ..........................................................................................................................

Insurance ....................................................................................................................................................

Transportation .........................................................................................................................................

Incidental Services ..................................................................................................................................

Page 91: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Warranty ....................................................................................................................................................

Payment ......................................................................................................................................................

Prices ...........................................................................................................................................................

Contract Amendments ..........................................................................................................................

Assignment ................................................................................................................................................

Subcontracts .............................................................................................................................................

Delays in the Supplier’s Performance .............................................................................................

Penalties/liquidated Damages ...........................................................................................................

Termination for Default ........................................................................................................................

Force Majeure ...........................................................................................................................................

Termination for Insolvency ................................................................................................................

Arbitration and Resolution of Disputes ..........................................................................................

Governing Language ..............................................................................................................................

Applicable Law .........................................................................................................................................

Notices .........................................................................................................................................................

Special Conditions of Contract ................................................................................................

ANNEXURES

Performance Guarantee Form ................................................................................................................

Bid Form .........................................................................................................................................................

Price Schedule (CFR/CPT type) ............................................................................................................

Price Schedule (DDP type) ......................................................................................................................

Bid Evaluation Report (Template)……………………………………………………………………………………………………...

Supplier & Manufacturers Declaration Form………………………………………………………………………………………

Technical Specifications…………………………………………………………………………............................................................

Page 92: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

INVITATION OF BIDS

Page 93: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

A. INSTRUCTIONS TO BIDDERS (ITB)

General Instructions:

1. Content of Bidding Document 1.1 The goods required, bidding procedures, and Contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the bidding documents include:

(u) Instructions to Bidders (ITB); (v) General Conditions of Contract (GCC); (w) Special Conditions of Contract (SCC); (x) Schedule of Requirements; (y) Technical Specifications; (z) Contract Form; (aa) Authorization Form; (bb) Performance Guarantee Form; (cc) Bid Form; and (dd) Price Schedule

1.2 In case of discrepancies between the Invitation to Bid and the Bidding Documents listed in 1.1 said Bidding Documents shall take precedence. 1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.

2. Source of Funds 2.1 (Govt. of Punjab/DHA, Rajanpur).

3. Eligible Bidders

3.5 A Bidder shall be a private, public or government owned legal registered entity with the formal intent (as evidenced by a letter of intent) to enter into an agreement or under an existing agreement. 3.6 The bidder must be an active payer. National Tax Number (NTN) and General Sales Tax Number with documentary proof shall have to be provided by bidder(s). 3.3 A Bidder who has been barred or disqualified/blacklisted either by any Government/ Department/ Agency/ Authority would not be eligible to submit the Bid. The Bidder will submit an affidavit to this effect. 3.4 If the Government of Pakistan prohibits commercial relations with any country, any bidder/goods of such countries/dealing with such countries are ineligible to apply. 3.5 The bidder can submit only one bid against an item. If the bidder quotes an alternative bid or submit two bids then the bidder will be considered as non-responsive. 3.6 The bidder shall provide all information required in the bidding documents (evaluation criteria & specifications etc.) and documents to substantiate its claim for eligibility. 3.7 Additional eligibility requirement (if any) is defined in the Bid Data Sheet.

4. Eligible Goods and Services 4.1 Further, country of origin of goods could be from any geographical region of the world as per laws of Pakistan. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. 4.3 The quoted electric equipment must comply with the Standard Electrical Power System of the Country i.e., 220 V/50 Hz.

5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation to Bids. The

Page 94: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days) specified in Bid Data Sheet.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. Such amendment/response shall be uploaded on the website of procuring agency or sent to all prospective Bidders that have received the bidding documents, and shall be binding on them. 7.2 The Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.

8. Qualification and Disqualification of Bidders 8.1 The Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause 29.2. 8.2 The determination shall take into account the Bidder’s financial, technical or production capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts, engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop facilities to provide the after sales services. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well as such other information/ premises visit as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false, fabricated and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be debarred & blacklisted as provided in Punjab Procurement Rules, 2014.

9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of PPR 2014 and its subsequent amendments, if any, the Procuring Agency:

c. defines, for the purposes of this provision, the terms set forth below as follows: (i) coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain or to cause a wrongful loss to another party; (ii) Collusive practice by arrangement between two or more parties to the procurement process or contract execution, designed to achieve with or without the knowledge of the procuring agency to establish Prices at artificial, noncompetitive levels for any wrongful gain; (iii) Corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain; (iv) fraudulent practice by any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (v) obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract or deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights.

d. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare

Page 95: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components:

(g) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to be submitted along with financial proposal);

(h) Documentary evidence established in accordance with ITB Clause 15 that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(i) Documentary evidence established in accordance with ITB Clause 16 that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form (Annex-A) and an appropriate Price Schedule (Annex-B), furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, quantity, prices, make, model, country of origin, country of manufacturer and port of shipment in case of imported equipment.

13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the Unit Prices and Total Package Price of the goods, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of goods according to the technical specifications for complete package/tender. Optional items are mandatory to quote but will not be considered while determining the lowest bidder. The specifications of goods, different from the demand of enquiry and packaged items, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted. 13.6 The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) as specified in the

technical specifications. In case both modes are mentioned in the technical specifications, the bidder

shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be

rejected.

14. Bid Currencies 14.1 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. 14.2 State Bank of Pakistan’s foreign currency selling rate will be considered from the date of opening of Financial Bid for comparison purposes.

15. Documents Establishing Bidder’s Eligibility and Qualification. 15.1 The Bidder shall furnish, as part of its technical bid, documents (as specified in ITB Clause 3 above) establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall be as specified in the evaluation criteria, technical specifications etc.

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents

Page 96: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods (as specified in the evaluation criteria, technical specifications etc.), which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered. 16.3 The bidder is required to arrange sample (s) of quoted equipment for evaluation on direction of the department; the bidder shall provide the sample or give demonstration as per requirement for evaluation/ satisfaction of the Committee.

17. Bid Security 17.1 The value, validity & shape of Bid Security to be submitted by a bidder along with its bid is indicated in the Bid Data Sheet.

18. Bid Validity 18.1 Bids shall remain valid for a period, after opening of a bid, as specified in the Bid Data Sheet. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Any extension in bid validity will be dealt as per mechanism provided in rule 28 of Punjab Procurement Rules, 2014.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in case of tender with the permission of alliance/ Joint venture for the bidding of complete package i.e. more than one item in a single tender) or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of bidder.

20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. It should contain the package name and its number. 20.2 The inner and outer envelopes shall:

e) be addressed to the Procuring Agency at the address given in the Invitation to Bids; and f) bear the Procuring Agency name and number indicated in the Invitation to Bids, and shall

be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the Invitation To Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.

21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address, time and date specified in the Invitation to Bids.

22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rejected and returned unopened to the Bidder.

23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure 24.1 The procedure for selection of Contractor shall be used for the procurement is specified in the Bid Data Sheet. The detail description of the procedure is described in Rule 38 of Punjab Procurement Rules, 2014.

Page 97: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Opening and Evaluation of Bids

25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation to Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL shall remain unopened and be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall read aloud the Unit Price as well as the Bid amount and shall record minutes of bid opening.

26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid, as provided in Rule 33 of PPR 2014. The request for clarification and the response shall be in writing, and no change in the prices or substance of bid like indication or re-indication of make/model/brand etc. shall be sought, offered, or permitted.

27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids on the basis of Single items/ Complete package (As demanded in the advertised tender), which have been determined to be substantially responsive, pursuant to ITB Clause 25. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of evaluation criteria, technical & managerial capabilities and previous performances of quoted product/model. 28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and other terms and conditions set forth in these bidding documents. 28.4 For the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13 & 14. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as previous performances and such other details as the Procuring Agency at its discretion, may consider

Page 98: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

appropriate shall be taken into consideration and these should be available with the bidder. The following evaluation factors/ criteria will be employed on technical proposals. 29.2 Technical Evaluation Criteria

TECHNICAL EVALUATION CRITERIA

(KNOCKED DOWN CRITERIA)

xxvii. The Bidder shall attach relevant documents as required in Clause 3 of ITB. xxviii. The bid must comply with the advertised technical specifications of the quoted item.

Incomplete offer will straightaway be rejected. xxix. The firms shall also declare the make, model & country of origin of all accessories to

be provided with the equipment. xxx. The Bidder shall authorize a representative through Authorization or Power of attorney for

the bidding process. xxxi. The quoted model of the product shall be available on the current official website of

the manufacturer; otherwise the quoted product shall be considered obsolete/ redundant and will straight away be rejected (Bio-medical or imported equipment and machinery).

xxxii. The quoted product must have at least one-year local market business history. The bidder shall provide Satisfactory Past Performance for quoted Product. (Performance & Installation reports from the concerned institutes to be attached).

xxxiii. The product must comply with International Quality Standards as indicated in the Technical Specifications.

xxxiv. Certificate from the manufacturer that the after sales services / backup services shall be provided jointly with the local sole agent and in case of change of local agent, they will provide the after sales services themselves or through newly appointed agent for the period mentioned from the date of commissioning in case of Bio-medical Equipment.

xxxv. A Certificate from the manufacturer that the installation will be conducted in conformity with the system requirements by following the professional approach.

xxxvi. The bidder will attach the list of relevant Test & Tool Equipment required for repair, maintenance and calibration of the quoted product.

xxxvii. The bidder shall attach Balance Sheets and Income Tax Returns (for Last Two Years). xxxviii. The offer will be considered as responsive if it fully meets the tender requirement and

specifications. The offer which will not be as per requirement of tender and specifications is to be declared as non-responsive. The offer which contains the minor deviations from the specifications and the deviations would not have any kind of effect on the quality, efficiency, reliability and durability of products will be declared as substantially responsive, this need to be determined by the Technical Evaluation Committee. The offers which are declared as Responsive and Substantially Responsive will be considered as equivalent for the onward proceedings of tender.

xxxix. The Bidder shall have to present samples of the quoted product within period as mentioned in the Bid Data Sheet on the request of the department for its evaluation.

29.2.5 Bidders are required to submit the information in the following format along with documentary evidence as under.

29.2.6 Profile of the Bidder The Bidders are required to submit its profile.

Sr.# Particulars 1. Registered Office Address Office Telephone Number Fax Number & E-mail

2. Authorized Person Name Personal Telephone Number Email Address

29.3 Financial proposals would be evaluated as follows:

Page 99: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

iii) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. All bidders’ in attendance at the time of opening of financial proposals shall sign an attendance sheet.

xii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders shall be read aloud. The financial proposal of the technically responsive bidders shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened, and the Unit Price as well as the Bid amount read aloud and recorded. Financial proposals of the technically non-responsive bidders shall be returned unopened as per procedure prescribe in PPR 2014.

xiii) Incomplete bid shall stand rejected. All items described in the technical proposal must be priced in financial proposal. Items described in the technical proposal but not priced, shall be assumed to be included in the price of other items.

xiv) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and figures, the formers will prevail.

xv) The bidders will quote the Price Schedules. The total price of the system will be calculated by converting the price to single currency (PKR) on the exchange rate of date of opening of Financial Proposal; in case of import of item.

xvi) In case where both DDP & CFR/CPT prices are required, lowest will be determined on the basis as indicated in the Bid Data Sheet.

30. Contacting the Procuring Agency 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 31.4 The items contained in the tender should be bid in total and technical rejection of any item not complying with the technical specifications may lead to the rejection of complete Tender. 31.5 A procuring agency may for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in Rule 4 of PPR 2014 and shall immediately communicate the decision to the bidders.

32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.

33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least Ten Days prior to the award of procurement Contract.

Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules & regulations, policy of the Government shall be awarded the Contract, within the original or extended period of bid validity for complete package/Tender. 34.2 The Bidder having lesser Bid Security will be rejected as non-responsive and Acceptance of Bid be awarded to next bidder; being the responsive lowest bidder.

Page 100: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

35. Quantity of an Item 35.1 The Procuring Agency reserves the right at the time of Contract award to increase the quantity of goods (15% as repeat order) originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms & conditions.

36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the Punjab Procurement Regulatory Authority and its subsequent amendments, if any.

37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing that its bid has been accepted. 37.2 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules-2014.

38. Signing of Contract 38.1 The Procuring Agency will issue the Notification of Award/Advance Acceptance of Tender (AAT). The firm will submit the required Performance Guarantee within 07(seven) Days after issuance of AAT. After receipt of Performance Guarantee (having validity equivalent to Total warranty period of equipment) and Stamp Duty, the procuring Agency and successful bidder will sign and date the formal Contract. 38.2 If the successful bidder shows inability to sign the contract or failed to deposit Performance Guarantee & Stamp duty etc. then their Bid security/Contract security to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for three years for future participation. In such situation, the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 38.3 The contract is to be made on stamp paper worth of Rs. @ 25 paisa per every one hundred rupees of the total value of the contract, under prevailing clauses of Stamp Act 1899. 38.4 The enforcement of the Contract shall be governed by Rule 63 of Punjab Procurement Rules – 2014.

39. Performance Guarantee 39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance Guarantee/Security Form. The shape & value of Performance Guarantee to be submitted is indicated in the Bid Data Sheet. 39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 39.3 The firms which have mentioned the extended comprehensive warranty Free of Cost; their percentage of submission of Performance Security will be increased by 1% against each free year e.g., a firm provided extended comprehensive warranty free of cost for 04 years then the firm will bound to submit additional 04% of Performance Security. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

40. Schedule of Requirement 40.1 The supplies shall be delivered/shipped as per schedule of requirement indicated in the Bid Data Sheet. 40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty shall be imposed shall be imposed upon the Supplier as indicated in Bid Data Sheet. 40.3 In case of DDP the delivery period will be started from the date of issuance of Purchase order/signing of the Contract and in the case of CFR/CPT it will be from the date of establishment of LC by the Bank in favor of manufacturer/Beneficiary.

41. Redressal of grievances by the Procuring Agency 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than ten days after the announcement of the bid evaluation report. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process.

Page 101: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

BID DATA SHEET

ITB

CLAUSE DESCRIPTION

3

Basic Eligibility requirements are as indicated in clause 3. Additional Eligibility:

v. All Original manufacturer and authorized Sole Agents of Foreign /

Local Manufacturer are eligible bidders for Medical Equipment /

Plant & Machinery/ Hospital Furniture and Dental Material etc.

vi. All original Manufacturer and authorized distributors of

Manufacturer/Sole Agent are eligible bidders for minor products

for which after sale services are not required.

6 Procuring Agency shall respond to requests for clarification which it received on or before (25.02.2020) in the Office of (CEO, DHA, Rajanpur)

10 Language of Bid & correspondence shall be English.

13.6

The bidder shall have to quote the prices as per mode (DDP and CFR/CPT) specified in the technical specifications. In case both modes are mentioned in the technical specifications, the bidder shall have to quote both DDP & CFR/CPT prices, otherwise offer of the firm will straight away be rejected.

14 For DDP, price shall be quoted in PKR. In case of CFR/CPT tender, the Prices shall be quoted in $, £, €, ¥ and CHF. Including all Ex-work, Transportation, Storage charges till the destination.

17 Bid Security is 2% of estimated cost of each item. 18 90 Days from the date of opening of bids. 19 Joint Venture is not allowed for this tender.

24 Single Stage-Two Envelope Bidding Procedure as per rule (38) (2) (a) of Punjab Procurement Rules 2014 shall be used for selection of Contractors.

N/A Address for communication: (The Chief Executive Officer, District Health Authority, Rajanpur)

29.2 (vi) The Bidder shall have to submit samples /broachers (for Medical Equipment of high cost) of the quoted equipment with Bids.

29.3 (vi)

iii. In case where only DDP prices are required, lowest bidder will be

determined on the basis of DDP price (price of the main unit along

with standard accessories for one-year comprehensive warranty plus

extended comprehensive warranty where required in specifications

(Service Level Agreement) in PKR @ Net Present Value on one-year

basis).

39 Performance Guarantee will be 5% of the Contract Value in the shape of Bank Guarantee from any scheduled bank. Bank Guarantee will be valid for the warranty period of the equipment.

40.1

Mode of penalty Shipping/Delivery Period

Without Penalty 60 Days for DDP (No grace period is allowed)

40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 102: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

DRAFT CONTRACT/

AGREEMENT

Page 103: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

CONTRACT FORM

(On stamp paper worth Rs. @ 25 paisa per every one hundred rupees of the total value of the contract)

THIS CONTRACT is made at on day of 2020, between the (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Purchaser on behalf of its Procuring Agency invited bids for Framework Contract of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs.____________________ (amount in figures and words) for free delivery items. NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

25. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”:

26. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz: -

o. the General Conditions of Contract; p. the Special Conditions of Contract; q. the Procuring Agency’s Notification of Award; r. the Technical Specifications accepted & allied requirements; s. the scope of work; t. the Bid & its clarifications. u. any other documents deem appropriate

27. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

28. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

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

30. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto.

31. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

32. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies

Page 104: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

available to Government of the Punjab under any law, Contract or other instrument, be void able at the option of Government of the Punjab.

33. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab.

34. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The decisions taken and/or award made by the Arbitrator shall be final and binding on the Parties.

35. The Contract shall not constitute a partnership between the parties and that the supplier shall not in any manner represent itself as agent or authorized representative of the Procuring Agency of the Government of the Punjab etc. or be considered as such included.

36. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Sign/ Seal by the Supplying firm

Witness

Sign/ Seal by Procuring Agency

1. 2.

1. 2.

Note: 1. In case of alliance; all the firms have to sign this document jointly along with Procuring

Agency, as all firms will bear equal responsibility in execution of the contract.

Page 105: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

B. GENERAL CONDITIONS OF CONTRACT (GCC) 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

s. “The Contract” means the agreement entered into between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

t. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

u. “The Goods” means equipment and machinery and other items which the Supplier is required to supply to the Procuring Agency under the Contract.

v. “The Services” means those services ancillaries to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Procuring Agency, Insurance, transportation of goods up to the desired destinations, commissioning, training and other such obligations of the supplier covered under the Contract.

w. “GCC” mean the General Conditions of Contract contained in this section. x. “SCC” means the Special Conditions of Contract. y. “The Procuring Agency” means the (Chief Executive Officer District Health Authority, Rajanpur)

or the procuring agency advertised the tender. z. “The Supplier” means the individual or firms or joint venture supplying the goods under this

Contract. aa. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

3. Country of Origin 3.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications.

4. Standards 4.1 The items should comply with the relevant international product quality standards or as per standards mentioned in the specifications.

Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so, required by the Procuring Agency.

6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

7. Submission of Samples 7.1 The samples shall be submitted as per mentioned in the ITB/Evaluation Criteria/Specifications.

8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. The cost of any minor changes in the site of installation will be borne by the supplier. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier.

Page 106: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

9. Inspections and Tests 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2. For the purpose of inspections and tests of equipment. The Supplier shall furnish all reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. The inspection team will inspect & test the equipment prior to dispatch (where specified) and categorically mentioned in the LC clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such inspection/ lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract.

10. Physical Examination/ Inspection of Goods 10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of the equipment/ goods as per contracted specifications and installation protocols recommended by the manufacturers.

11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods which is maximum 30 Days (DDP) from the date of issuance of this contract. The details of original documents to be furnished by the Supplier is indicated in Technical Specifications.

12. Insurance 12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) or CFR/CPT as mentioned under which risk is transferred to the buyer after having been delivered to final destination; hence, marine and inland insurance coverage is Supplier’s responsibility. The Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the Contract Price.

13. Transportation 13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract.

14. Incidental Services 14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such incidental services include in total Contract price. 14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it, as the Contract shall be construed as fixed amount Contract and includes all costs. 14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no amount to be given in any case except the Contracted amount. 14.4 The Procuring Agency will provide all necessary documents for facilitation and Custom Clearance but no amount be given in any case except the Contracted amount. The Octroi, Clearing Charges, transportation etc. will be borne by the Contracting firm.

15. Warranty 15.1 The firm shall maintain the equipment for total comprehensive warranty period (one-year comprehensive plus extended comprehensive warranty period, where required in technical specifications, as Service Level Agreement), for complete system including parts & labour. The payment for extended comprehensive warranty will be made annually in Pak Rupee at the end of the year by Procuring Agency (where SLA is mentioned in technical specifications). The supplier will categorically mention the disposable/consumable items of the equipment good in advance along with the submitted tender, any item declaration as consumable/ disposable after the submission of bid/quotation will not submitted. 15.2 The comprehensive warranty shall be monitored by Biomedical Equipment Resource Centre of P&SH Department.

Page 107: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. 16.2 In case of imported goods to be procured on CFR/CPT basis; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm. 16.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the contract and all other works described in Contract. Part payment, part delivery may be admissible in case of huge quantity of the goods. 16.4 The Payment for extended comprehensive warranty period (SLA) will be made by the Procuring Agency after the end of each year which shall be counted from the date of successful completion of standard warranty period of one year. No payment shall be made for extended comprehensive warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

17. Prices 17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the bid validity period provided the Procuring Agency’s request for bid validity extension.

18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made. 18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions where the manufacturer has stopped producing or suspended that model or the latest model of similar series or version has been launched by the manufacturer or non-availability due to international mergers of the manufacturers or similar unavoidable constraints.

19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent.

20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

21. Delays in the Supplier’s Performance 21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

22. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item, the payment of risk purchase (which will be purchased by the procuring agency/indenter) the price difference shall be paid by the Firm.

23. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

g. if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or

Page 108: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

h. if the Supplier fails to perform any other obligation(s) under the Contract. i. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.

23.2 Mechanism of blacklisting provided in rule 21 of Punjab Procurement Rules, 2014.

24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to miss-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.

25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one-month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.

26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The arbitrator will be appointed with mutual consent of both the parties. The decisions of the Arbitrator shall be final and binding on the Parties.

27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

28. Applicable Law 28.1 This Contract shall be governed by the Laws of Pakistan and the Courts of Pakistan shall have exclusive jurisdiction.

29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Page 109: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

C. SPECIAL CONDITIONS OF CONTRACT (SCC) Special Conditions of Contract shall be concluded between the Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In case where there is a conflict between the general conditions of the contract and the special conditions of contract, the special condition of contract shall prevail.

1. General: 1.1 Country of origin of goods could be from any geographical region of the world as per laws of Pakistan, unless otherwise any country of manufacturer mentioned in the specifications. 1.2 The fee of all necessary licenses required to install and operate the equipment shall be borne by the Supplier and Procuring agency will facilitate through documents only. 1.3 The Bank Guarantee will be discharged after successful installation, commissioning, servicing and completion of standard warranty period. A clearance letter/NOC will be issued by the head of concerned institution in this regard. 1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octroi, licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the Procuring Agency will not pay any amount over this contracted amount whether in case of CFR/CPT or Delivered Duty Paid consignments. 1.5 Certificate from the manufacturer of foreign/ Local Principal that they will provide after sales services through its agent and in case of change of its agent, it will provide the services itself or newly appointed Sole agent/ Sole distributor.

2. Insurance of Local Goods 2.1 Insurance of Goods and other materials from factory to Site shall include all insurance costs covering the responsibility of all losses or damages, while loading, unloading, storing, trimming on the carrier and transporting to site up to the installation, testing & commissioning. 2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports (when applicable) shall be the Contractor’s responsibility. 2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance Company (NIC) of Pakistan or any other Insurance company operating in Pakistan acceptable to the Procuring Agency.

3. Payment 3.1 In case of CFR/CPT; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency.

(A) If charges incurred on extension of L/C to next quarter it will be on part of contracting firm.

3.2 The amount of Letter of Credit shall be paid to beneficiary/Manufacturer on production of the following non-negotiable documents. xxi. Draft.

xxii. Three original and two copies of the Supplier's Invoice showing purchaser as (CEO, DHA, Rajanpur), Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit price and total amount. Invoice must be signed in original stamped or sealed with company stamp or seal.

xxiii. Four Copies of packing list identifying content of each package. xxiv. Copy of Insurance Certificate showing purchaser as the beneficiary; xxv. The original manufacturer’s warranty certificate covering all items supplied;

xxvi. One original copy of the Supplier’s Certificate of origin covering all items supplied. xxvii. Test/ Inspection Certificate of manufacturers.

xxviii. Compliance Report of Internal Quality Standards. xxix. Product model, serial numbers. xxx. Manufacturer's Guarantee Certificate to the effect that:

a) The goods supplied by them are strictly in conformity with the specifications stipulated in the contract. b) The goods have been packed and marked suitable for transport by Sea, Rail, Road and Air in terms of the contract.

Page 110: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

c) The stores supplied by them are brand new and absolutely free from any material or manufacturing defects. d) Manufacturer's test certificate in respect of each consignment.

3.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/execution report of the equipment and all other works described in Contract.

4. Execution of Warranty 4.1 A Log Book for the equipment shall be maintained by the Supplier Service Engineer in consultation with the end user department. This will include the name of the equipment, down time, preventive maintenance schedule, replacement of parts, down time etc. 4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per contracted specifications and handing over of related documents mentioned in GCC and will last for its warranty period at 95% uptime. 4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual optimal uptime of 95% is considered as acceptable level of performance. 4.4 Software and hardware up gradation of the computing system should be carried out as available during warranty period as recommended by the manufacturer. 4.5 Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the system which may develop at any time during installation, commissioning period. 4.6 Manufacturer will guarantee the availability of spare parts and accessories for the system for ten years. 4.7 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition and processing during working hours throughout the year except holidays (from 9.00 am to 5.00pm). 4.8 Manufacturer /Supplier shall check system performance during and after every 4-months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available, both measured on the basis of working hours as detailed above. 4.9 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the following formula will be applied to determine additional days in the warranty / service contract period.

a. 100% - 95% No Penalty b. 95% - 90% The warranty period will be extended by 2.0 times

the number of days as extra down time. c. 90% - 80% The warranty period will be extended by 3.0 times

the number of days as extra down time d. Below 80% The warranty period will be extended by 4.0 times

the number of days as extra down time 4.10 Down time is defined as the failure in the equipment operation to acquire or process the data or procedure, resulting in inability to carry out the required procedure properly. 4.11 The firm will be bound to make arrangements for availability of qualified technical staff in hospital / site for prompt execution/coordination of after sale services. 4.12 Down time will start when the end user/ Staff In-charge notifies the designated service facility verbally or in writing. 4.13 Down time will end once the repairs have been affected and the system is again available for use. 4.14 The firm will provide the recommended preventive maintenance schedule of each of the equipment at the time of delivery. 4.15 The firm will bound to execute the installation/ maintenance according to the installation/ service protocol and will replace the components/ kits recommended by the manufacturers for installation and Periodic Preventive maintenance. 4.16 The scheduled preventive maintenance shall be in accordance with Service Protocol recommended/ advised by the manufacturer. 4.17 Remote service via modem shall be preferred if provided by the manufacturer to pick-up early faults at no cost to the end user. 4.18 The manufacturer / supplier will be responsible for preventive maintenance of equipment as per manufacturers’ Service Manuals and shall keep a check for electrical / magnetic / temperature and humidity conditions. Such a check should be made monthly and record should be maintained in the log book available with the end user.

5. Packing & Marking 5.1 Packing: Usual export packing to ensure safe journey up to the site of consignee. Marking: Each packing should be clearly marked in suitable size in bold letters as per requirement.

Page 111: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

6. Trans-shipment 6.1 Trans-shipment is not allowed.

7. Place of delivery: 7.1 (CEO DHA Office, Rajanpur)

8. Port of Clearance 8.1 Port of Clearance will be any port in Pakistan.

9. Correspondence addresses Procuring Agency

Contracting Firm M/S------------------------------------------------------------------------------------------------------

Page 112: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PERFORMANCE GUARANTEE FORM

To: [Name & Address of the Procuring Agency] Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of as defined in Bid Data Sheet of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore, we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the____________ day of_________, 20___ Signature and Seal of the Guarantors/Bank Address Date Note:

1. It should be valid for a period equal to the total warranty period. 2. The Contract will be signed/ issued after submission of this Performance guarantee.

Page 113: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-A BID FORM

Date: Tender No: Name of the Item:

To: [Name and address of Procuring Agency] Respected Sir Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents for the sum of [Total Bid Amount], [Bid Amount in words] and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we undertake to provide a performance security/guarantee in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per the bidding documents. Name and address of bidder Amount and Currency (if none, state “none”).” Dated this day of , 2020 Signature (in the capacity of) Duly authorized to sign bid for and on behalf of Attachment

Page 114: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Annexure-B

PRICE SCHEDULE (DDP Basis)

Name of Bidder__________________________________________________________________ Tender No. and the name of the Item --------------------------------------------------------------

Ite

m. N

o.

Na

me

of

Ite

m

(As

list

ed

in

in

vit

ati

on

of

bid

)

Ma

ke

Mo

de

l

Co

un

try

of

Ori

gin

Co

un

try

of

Ma

nu

fact

ure

r

Su

pp

lie

r

Na

me

of

Po

rt o

f d

isp

atc

h

Qty

.

Un

it C

IF P

rice

(€/£/$)

To

tal

Pri

ce

for

ea

ch i

tem

(€/£/$)

Na

me

of

be

ne

fici

ary

ba

nk

Total Price (DDP for Local & Imported Equipment) Main equipment with standard accessories plus one-year comprehensive warranty.

Extended Comprehensive Warranty (Service Level Agreement) as mentioned in the specification (year wise) in PKR

Sign and Stamp of Bidder_________________________________________________ Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

Page 115: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(TEMPLATE)

BID EVALUATION SHEET Package No/Tender Number: ----------------------------------------------------- Name of the Equipment and Qty.: -------------------------------------------------

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION) (All evaluation parameters defined below are mandatory for compliance)

Sr. No. Evaluation Parameters M/S ABC M/S XYZ

1 Legal registered entity Yes / No Yes / No

2 Active Tax Payer (NTN & GST) as per clause 3 ITB

Yes / No Yes / No

3 One person One Bid Yes / No Yes / No

4 Manufacturer/Sole Distributor Yes / No Yes / No

5 Past performance Yes / No Yes / No

7 Balance Sheet, Financial Statement & Annual Turnover

Yes / No Yes / No

8 Complete item with accessories and optional

Yes / No Yes / No

9 Certificate from the Manufacturer regarding after Sales Services and Installation

Yes / No Yes / No

10 Testing/Calibration equipment Yes / No Yes / No

12 Affidavit from Bidder (as per Supplier Declaration Template)

Yes / No Yes / No

13 Bid Validity Yes / No Yes / No

14 Delivery Period Yes / No Yes / No

15 Compliance of Warranty as per tender Yes / No Yes / No

Remarks:

(Eligible/ Not Eligible for further

evaluations of PART-II)

(Eligible/ Not Eligible for further evaluations

of PART-II)

PART – II KNOCK DOWN CRITERIA - PRODUCT EVALUATION (All evaluation parameters defined below are mandatory for compliance.)

Item Sr. No

SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

1 Name of Equipment Brand

Model

Country of Manufacturer

Country of Origin of Product/Model Number

Product Local Market Business History as mentioned in criteria

Compliance with defined quality standards (FDA 510k, MDD, Jp MHLW as mentioned in the

specifications)

Specifications/Sample Evaluation: Technically Acceptable

/Not Technically

Acceptable /Not

Page 116: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(Mention the reasons) (Mention the reasons)

Technical Eligibility of Product: Eligible / Not Eligible Eligible / Not Eligible

Technical Eligibility of Firm: Eligible / Not Eligible Eligible / Not Eligible

BID STATUS:

Responsive/ Substantially

Responsive/Non-Responsive

Responsive/ Substantially

Responsive / Non-Responsive

NOTE:

1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight way.

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. This report will become the part of above Performa as sample evaluation report.

Page 117: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

SUPPLIER DECLARATION (on the Letter Head of the Bidder)

To Dated: _____________ (_________________________)

I declare that:

• I am authorized to represent the Firm __________ as the "Firm" for the purpose of Framework Contract of goods as per following detail;

SR. NO.

NAME OF THE EQUIPMENT

NAME OF MANUFACTURER/

COUNTRY

DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

VALIDITY DATE OF SOLE AUTHORIZATION

(WHERE APPLICABLE)

• All information provided in this Bid is current and correct and the firm has no reservations with this Bidding Documents.

• This Bid contains all the information as is prescribed in the Bidding Document.

• The Firm will abide by all the rules and regulations, formulated by the Government of Punjab, Primary & Secondary Healthcare Department.

• The firm will notify you of all changes and variations to the Product / its manufacturing status.

• The firm has not been declared ineligible/blacklisted by any Government/ Semi Government Department or Private Organization.

• If the Firm does not abide by the above stated Declaration then the Government of Punjab has every right to Blacklist our Firm.

Name of the Firm: ____________________________________________________ Name & capacity of the Authorized Contact Person: _________________________ Signature of the Authorized Contact Person: ______________________ Date: _________________________ Stamp of the Firm: ______________________

Note: Any variation in information provided in this bid/tender and already provided will lead toward

disqualification of bidder and legal action against the firm as per Punjab Procurement Rules, 2014.

Page 118: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

TENDER LIST FOR THE PURCH ASE OF HOSPITAL FURNITURE AND FIXTURE FOR CONSTRUCTION

OF CARDIAC CENTER AT DHQ HOSPITAL ENHANCED BED CAPACITY THQ HOSPITAL JAMPUR

AND UPGARDATION OF DISPERSRIES DISTRICT RAJANPUR DURING THE FINANCIAL YEAR 2019-

2020

Sr.

No Name of Item with Specifications QTY

Estimated

Unit Price Total

2% Bid

Security

1 FOWLER BED

Over all dimensions: 39” W x 90” L x 21” H Approx

Main Frame: Made of 16 SWG pipe 1” x 2” rectangular pipe

section CO2 welded together at corners.

End of Pipes be covered with special plastic

bushes Mattress Frame: Should be in 4 parts

The 2nd part fixed and 3 moveable parts made of 1” x 1”

longitudinal & ¾” cross pipes of steel square pipe of

16SWG.

The end of each moveable part should be attached to the

main frame by means of bolt having metal reinforced ABS

plastic hinges.

Fixed Sizes (Approx.):

1)Head Raise part: 24¾” x 33”

2)Fixed Part: 7” x 33”

3)Knee Bridge Part: 11½ x 33”

4)Leg Rest part: 24½ “ x

33” Bedding area made of ABS mesh.

Head Raise & Knee Raise by means of two crank

The moving lifting pipe at both places be of 16SWG 1 – 1/4”

rounded pipe across Head part with triangular brackets of

5/16” thick x 1- 1/4” x 12 plate and knee bridge part with

triangular bracket of 3/8” thick steel plate at ends panel.

The foot part should have vascular position with a comb

mechanism for moving of foot part in knee bridge position.

A surface bearing must be fixed for friction free movement

The handle of the cranks should be retractable and

collapsible and be made in one piece of ½”steel rod.

Cranks main screw made of dia: ¾” for knee steel rod with

square / ACMI type of threading with safe limit mechanism.

Head & Foot Part of Mattress frame have (Mattress stay)

steel brackets CO2 welded for keeping the mattress in

proper place.

High quality head & foot panels made of ABS material. The

height of head panel is greater than foot side; imported.

The panels of both ends are protected by MS pipe from

being damaging while moving/ pushing of the bed.

Foundation Frame:

30 80,000/- 2,400,000/- 48,000/-

Page 119: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Made of 16 SWG 1” x 2” Rectangular pipe welded together

at corner.

Bed is provided with I.V. Rod, S.S 5/8” dia, adjustable from

(36” to 50”), with 4Nos Non traumatic prongs/ hooks. The

provision is made to attach the IV rod on both side of the

patient between mid and foot end area. Foot end should

have hooks for urine bags hanging on both sides and N.G

bag hook at head end of both sides.

Bumpers:

Four 6” rounded bumpers of made of flexible material at all

corners. Castors:

5 “ ball bearing rust proof, water proof , high quality Tante

twin wheel castors with individual & swivel brake .

Finish:

All metals part to be chemically degreased / derusted

through phosphate treatment and covered with

Antimicrobial polyester powder coating.

Welding:

All metal parts should be welded by CO2 gas.

Side Rails:

Foldable side guards with smooth rounded plastic top and

steel bars. Fixed to the bed on both sides covering 70% of

platform length when engaged. Steel locking mechanism for

strength. Minimum height when in use 30 cm from mattress

platform; imported.

Mattress :

Best quality mattress foam of 4” thickness having density of

35-36 kg/m3. Water proof Rexene cover having best quality

jersey and Zipper (as per approved sample).

Bed Side Locker:

Powder coated sheet steel construction. Galvanized steel

sheet 20 SWG. Two drawers with one bottom compartment.

Built-in handles for durability.

Plastic top laminated with raised edges on 3 side’s .75mm

twin castors rust proof waterproof, two lockable.

Casters with rubber tires for noise free operation on floors.

Buffers on all four corners.

Compatible with the offered bed in color and functionality.

All metal parts should be welded by CO2 gas.

Approx. overall size: 18” W x 15” D x 34” H (Approx). Local Mode: DDP Warranty: Comprehensive 01 Year

2 OVER BED TABLE

Powder coated Mild steel construction. Stainless steel

internal column. Gas spring assisted height. Height

adjustable from 70 to 100cm adjustment. Compatible with

the offered bed in color and functionality. Plastic top

30 15,000/- 450,000/- 9,000/-

Page 120: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

laminated with rounded edges and cup/glass holders

Approx. top size: 80 x 32 cm (Approx). 50mm twin casters.

Casters with rubber tires for noise

Free operation on floors. Base covered with stainless steel

sheet for use as foot rest. All metal parts should be welded

by CO2 gas. Local Mode: DDP Warranty: Comprehensive 01 Year

3 PATIENT ATTENDANT BENCH

MS Pipe/ tube base structure (1”x1½”) with aluminum

paint. Full Wooden Top of rose wood

¾” thick (best quality). Size of the bench is 60” x18”x15”

(LxHxW) approx. Local Mode: DDP Warranty: Comprehensive 01 Year

16 6,000/- 96,000/- 1,920/-

4 MEDICINE CABINET

Cabinet medicine upper portion of glass lower portion

mettle size 63x48x16 inch.

Overall size 16” (40cm) D x20” (50cm) Wx32” (80cm) H

from floor including 3” feet. Made of 20 gauge MS sheet

and top 18 gauge stainless steel sheet locker size 16” (40cm)

D x20” (50cm) W x 14” (35cm) H with door having 2 hinges

of 3 inch size and chrome plated handle 4” long sheet metal

Door fixed with catches Drawer size corresponding to

overall size of 16” (40cm) Dx20 (50cm) W x 4” (10cm) H

with chrome plated similar handle as above drawers 20

gauge MS sheet fixed on rollers remaining height between

drawers and lockers front open but other 3 side closed

bottom shelve of cabinet should be plain for each cleaning

from front Finis White / Off white Enamel Spray painted

with Red Oxide under coat Local Mode: DDP Warranty: Comprehensive 01 Year

4 25,000/- 100,000/- 2,000/-

5 EXAMINATION COUCH

Frame work made of Round 32mm 16 SWG M.S Tube.

Back rest section adjustable on ratchet / Lever upto at least

45 degrees.

Legs fitted with PVC stumps ·

Cushion 5 cm foam covered with “A” class rexine /

leatherite.

Epoxy powder coated finish.

All mechanicals should be of stainless steel

Paper roll holder to be fitted at head end and suitable for

paper rolls up to 510mm wide

Overall Size: approximately 180 L x 60 W x 46 H cms.

30 10,000/- 300,000/- 6,000/-

Page 121: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Local Mode: DDP Warranty: Comprehensive 01 Year

6 DELIVERY TABLE

Fully Stainless Steel Construction argon welded non

foldable sturdy, stable structure. Made of square tubular

pipe 1 ½ inch (Approx.).

Table made in three sections, legs section detachable

and adjustable backrest with comb mechanism and

hand grips.

Collapsible side rails.

2 X Geopal type lithotomy Poles cushioned with

rexene and foam.

Table top cushioned with high density mattress cover

with Rexene.

Thickness 3 inch (Approx.).

Rexene cover color should be black or gray.

Sliding stainless steel receptacle bowl mounted under

hip area, detachable I.V Pole. Dimensions: 1700 X 500

X 800 mm (Approx.). Double step stainless steel footstep antiskid Local Mode: DDP Warranty: Comprehensive 01 Year

5 75,000/- 375,000/- 7,500/-

7 PATIENT STOOL

Strong 4 legs base with stainless steel cladding

Height adjustable

12” seat with top of stainless steel Local Mode: DDP Warranty: Comprehensive 01 Year

30 5,000/- 150,000/- 3,000/-

8 BED SCREEN

Frame:

Tubular steel (mild steel, 18 gauge) 4 folded

Each section 60” high x 24” wide, excluding legs.

4 swivel casters antistatic rubber/unbreakable molded

plastic

Finish: All metal to have durable protective polyester epoxy

powder coating

Curtains:

Washable Sky blue color

Suspended between the upper and lower portions of the

frame of each section Local Mode: DDP Warranty: Comprehensive 01 Year

30 10,000/- 300,000/- 6,000/-

Page 122: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

9 I.V STAND Standard size supply of drip saline, stand made by heavy duty weight base on 50mm dia Coaster, powder coated base and column with telescopic adjustment of IV rod, 4 port 1V rod of S/S dia 5mm. Local Mode: DDP Warranty: Comprehensive 01 Year

30 5,500/- 165,000/- 3,300/-

10 WAITING AREA BENCH 3 SEATED

SS Type

3 Seated Bench

Best Quality Local Mode: DDP Warranty: Comprehensive 01 Year

20 30,000/- 600,000/- 12,000/-

11 COMPUTER TABLE

Size: 900 x 600 x 760 mm H.

Top Formica, structure and sliding tray with one open

cabinet

one lockable drawer, with high density Shisham veneer

board

Finished with NC Lacquer. Local Mode: DDP Warranty: Comprehensive 01 Year

2 10,000/- 20,000/- 400/-

12 OFFICE CHAIR

Structure made of solid seasoned Shisham wood. Finished

with NC lacquer seat & back webbing with natural double

cane. Local Mode: DDP

Warranty: Comprehensive 01 Year

50 7,000/- 350,000/- 7,000/-

13 DOCTORS CHAIR

High back with wooden arms duly polished seat and Back

Cushioned with foam and green leatherite.

Nylon base Hydraulic system

Local Made Best Quality, Local Mode: DDP Warranty: Comprehensive 01 Year

2 12,000/ 24,000/- 480/-

14 OFFICE TABLE LARGE

Size 1600 x 800 mm Approx.

With side rack size 1200 x 600 x 400 mm having one drawer

and cabinet made of imported MDF 40mm with PVC

edging

Local Mode: DDP

2 25,000/- 50,000/- 1,000/-

Page 123: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Warranty: Comprehensive 01 Year

15 OFFICE TABLE MEDIUM

Size 1200 X 600 X 750 mm approx.

Top and Side Panel made of high density 25mm thick,

Three drawers MDF imported

Locked with centered locking.

Local Made Best Quality, Local Mode: DDP Warranty: Comprehensive 01 Year

34 15,000/- 510,000/- 10,200/-

16 ALMIRAH STEEL

18-G

Size 48” X 18” X 72

With locks

Best Quality Local Mode: DDP Warranty: Comprehensive 01 Year

4 25,000/- 100,000/- 2,000/-

17 FILE RACK WOODEN

Size: 1065x455x760 mm (H) approx.

Structure made of high-density chipboard pressed with

shesham veneer on both sides. Top frame made of solid

seasoned shesham wood with one shelf and door. Finished

with N.C leaquer Local Mode: DDP

6 12,000/- 72,000/- 1,440/-

18 TABLE SIDE RACK

Size: 18 (D) x 36 (W) x 36 in (H) approx.

Structure made of high-density chipboard pressed with

shesham veneer on both sides. Top frame made of solid

seasoned shesham wood with one shelf and door. Finished

with N.C leaquer Local Mode: DDP

10 7,000/- 70,000/- 1,400/-

19 SOFA SET

Fully Cushion

Structure made of best quality solid seasoned Shisham

wood (1st Grade) moisture content

Upto 10% to 12 %, all sharp edges must be removed and

slightly round. Sofa fully

Cushioned fixed with top quality Foam (Molty, Diamond,

Dura Foam), spring & rubber webbing.

Covered with 1st quality foam & synthetic upholstery cloth

as per approved sample

Set consists on 3 + 2 + 1 seat Local Mode: DDP

1 90,000/- 90,000/- 1,800/-

Page 124: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

20 BENCH WOODEN

Size: 1200 x 290 x 450 mm(H)

Structure made of 25/25 mm mild steel square pipe.

Finished with N.C silver paint. Seat strips made of solid

seasoned shisham wood. Fini shed with N.C lacquer

Local Mode: DDP Warranty: Comprehensive 01 Year

75 9,640/- 723,000/- 14,460/-

21 REVOLVING CHAIR

High back with wooden arms duly polished seat and Back

Cushioned with foam and green leatherite.

Nylon base Hydraulic system

shed with N.C lacquer

Local

Mode: DDP

Warranty: Comprehensive 01 Year

15 12,000/- 180,000/- 3,600/-

22 EMERGENCY CUPBOARD

Emergency cabinet of mild steel with EPC finish.

Floor standing with double locking.

Made of 20G steel.

Glass doors and 5 glass shelves.

Size of 180 X 90 X 40cm

All metal parts to be chemically degreased/derusted

through phosphate treatment and covered with electrostatic

polyester powder coating Local Mode: DDP Warranty: Comprehensive 01 Year

15 25,000/- 375,000/- 7,500/-

Note:

• All Quoted Items Subject to approval of Samples

• Mode : DDP

• The Firm Must Have ISO Certificate

• Quantity May be Increase or decrease subject to availability of Funds

Page 125: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

BIDDING DOCUMENTS

PROCUREMENT OF

• Dental Material • Laboratory Items • X-Ray Films • Bedding Clothing • Office Stationery • General Store Items

UNDER FRAMEWORK CONTRACT/TENDER FOR

FINANCIAL YEAR 2019-2020

CHIEF EXECUTIVE OFFICER DISTRICT HEALTH AUTHORITY RAJANPUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 126: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

CHECK LIST Sr. No Detail Yes/No

TECHNICAL BID

01 Original receipt for purchase of tender Token. (Compulsory)

02 Valid National ID Card (NADRA). (Compulsory)

03 Company profile (Name, Address, and Tel No). (Compulsory)

04 Acceptance of terms and condition of tender documents duly signed and stamped on stamp paper of Rs.20/-. Annexure-B (Compulsory)

05 An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever from Government/ Autonomous institutions and bidder shall provide these Items to Chief Executive Health DHA Rajanpur as per Demand / Orders and sample submitting that all information provided by the firm are correct. Annexure- C(Compulsory)

06 Valid National Tax Number. (Compulsory)

07 Valid General Sale Tax certificate. (Compulsory)

08 Authority letter submitted by contractor on stamp paper of Rs.20/- Annexure-D

09 Last year Sale Tax/ Income Tax paid certificate. (Compulsory)

10 Experience certificate of firm in any public hospital/ institution / organization. (Compulsory)

11 Firms must provide samples of items with free of cost. (compulsory)

12 Sample submitted by firm having good quality and approved.

13 Copy of CDR as Bid Security amounting 2% of estimated cost. (Compulsory)

FINANCIAL BID

14 Bid Submission Form. Annexure-A)

15 Bid Security amounting 2% of estimated cost as per provisions of the clause Bid Security of this document.

16 Price of Schedule/Items. Annexure-E

Note: If firms fail to provide any compulsory documents then its bidding documents will be cancelled.

Page 127: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

INVITATION FOR BIDS

Chief Executive Officer Health DHA Rajanpur invites for Framework contract/Tender

sealed bids from eligible and experienced income tax GST filer Registered Partnerships / Proprietors/ firms and companies for the Purchase of following items for the financial year 2019-2020.

Sr.

No Detail Estimated Cost

Bid Security 2% of

Estimated Cost

Bid Closing Date &

Time

Bid Opening

Date & Time Tender Fee

01 Dental Material 05.000 Million Rs. 100,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

02 Laboratory Items 05.000 Million Rs. 100,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

03 X-Ray Films 05.000 Million Rs. 100,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

04 Bedding Clothing 05.000 Million Rs. 100,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

05 Office Stationery 02.000 Million Rs. 40,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

06 General Store Items 0.500 Million Rs. 100,000/- 25.02.2020

12:00PM

25.02.2020

12:30PM Rs. 1,000/-

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope)

procedures specified in the Punjab Procurement Rules (PPRA 2014), and is open to all eligible bidders as defined in the bidding document.

2) Interested eligible bidders may obtain bidding documents, detailed specifications and further information from the office of the undersigned.

3) Bidding Documents must be accompanied by a Bid Security 2% of estimated cost value as mentioned above in the form of CDR, Pay Order, Demand Draft, from any Scheduled Bank of Pakistan.

4) Bids will be closed at 12:00 PM and opened in the presence of bidders’ representatives at 12:30 P.M. in the Office of CEO DHA Rajanpur on the closing date 25-02-2020.

5) The bidders are requested to give their best and final prices with best quality as no negotiations are expected.

6) Taxes will be deducted as per applicable government rules. NTN, Sales Tax registration certificate and other documents mentioned in the bidding documents must be provided. For obtaining any further information or clarifications, please contact at the following.

Chief Executive Officer District Health Authority Rajanpur

Phone No. 0604-689461 Email Address: [email protected]

Page 128: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

BID DATA SHEET

Description Detail

Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

Last date and time for the receipt of Bidding Document

25-02-2020 12:00 PM

Date, time and venue of opening of Technical Bids

25-02-2020 12:30 PM in the Office of the Chief Executive Officer DHA Rajanpur

Bid Currency PKR

Language of Bid English

Amount of Bid Security 2% of the estimated price (Estimated price mention in list)

Bid Validity Period 90 Days

Bidding Procedure Single stage – Two Envelop Procedure Address for communication:

Chief Executive Officer District Health Authority Rajanpur Contact: 0604-689461 Email: [email protected]

INSTRUCTIONS TO BIDDERS

1. Free Delivery to consignee’s end: Chief Executive Officer DHA Rajanpur, DHQ Hospital Rajanpur, THQ Hospitals Jampur/Rojhan and Civil Hospital Shahwali intends to fix the price / conclude the contract for the supply of framework contract items on Free Delivery to consignee’s end basis.

2. Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents having income tax/sale tax registered for supply of framework contract items on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

3. Eligible Goods and Services: All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Page 129: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

4. Cost of Bidding: The bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached in last of the bidding documents.

THE BIDDING DOCUMENTS 5. Content of Bidding Documents

i. The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In addition to the invitation for bids, the bidding documents shall include: - a. Instructions to bidders; b. General Conditions of Contract; c. Special Conditions of Contract; d. Schedule of Requirements; e. Technical Specifications; f. Manufacturer’s Authorization Form; g. Performance Guaranty Form;

ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above, the said Bidding Documents shall take precedence.

iii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.

iv. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid.

6. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency, in writing at the Procuring Agency’s address, indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-datasheet.

7. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into

Page 130: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.

PREPARATION OF BIDS 8. Language of Bid: The bid prepared by the bidder, as well as all correspondence and

documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

9. Documents Comprising the Bid: The bid shall comprise the following components: a. Bid Form and Price Schedule completed in accordance with instruction to bidders (to

be submitted along with financial proposal). b. Documentary evidence established in accordance with instruction to bidders that the

bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted; c. Documentary evidence established in accordance with instruction to bidders that the

goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

d. Bid Security @ 2% of the estimated cost in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of CEO DHA Rajanpur to be submitted with financial offer.

10. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.

11. Bid Prices: i. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods, it proposes to supply under the Contract. ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration /correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker. iii. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected. iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. V. Prices offered should be for the entire quantity demanded; partial quantity offers shall straight away be rejected. Conditional offer shall also be considered as non-responsive bidder. vi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

12. Bid currencies: Prices shall be quoted in Pak Rupees.

Page 131: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

13. Documents Establishing bidder’s Eligibility and Qualification i. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. ii. The documentary evidence of the bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the bidder, at the time of submission of its bid, is eligible as defined under instruction to the bidders. iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency’s satisfaction: (a) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with

documentary proof shall have to be provided by each bidder in the tender. (b) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is

not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.

(c) The bidder should have minimum as mentioned in evaluation criteria below. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.

(d) The bidder is required to provide with the Technical Proposal, the name of item(s) for which they have quoted their rates in the Financial Proposals.

(e) The bidder must indicate the registration number, make of country of origin, capacity of production of the firm, its financial status, necessary assurance of quality production, GMP /cGMP, and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants.

14. Documents Establishing Good’s Eligibility and Conformity Bidding Documents: i. The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract. ii. The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm.

15. Bid Security @ 2% of the estimated price in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of CEO DHA Rajanpur from any schedule bank shall be furnished by the bidder along with financial offer.

16. Bid Validity i. Bids shall remain valid for the period of 90 Days after the date of opening of Technical Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. ii. The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their

Page 132: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. iii. bidders who,- (a) Agree to the Procuring Agency’s request for extension of bid validity period shall not

be permitted to change the substance of their bids; and (b) Do not agree to an extension of the bid validity period shall be allowed to withdraw

their bids without forfeiture of their bid securities (earnest money). 17. Format and Signing of Bid:

i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature. ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS 18. Sealing and Marking of Bids

i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” (single stage-two envelope) in bold and legible letters to avoid confusion. The inner and outer envelopes shall be sealed and: ii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and; iii. Bear the name and number indicated in the Invitation for Bids. iv. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”. v. If the outer as well as inner envelopes are not sealed and marked as required by instruction to bidders, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening and shall be rejected forthwith. Single Stage: Two Envelope Procedure i) The bid shall comprise a single package containing two separate envelopes. Each

envelope shall contain separately the financial proposal and the technical proposal;

ii) The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;

iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; iv) The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody

of Procuring Agency without being opened; v) The Procuring Agency shall evaluate the technical proposal, without reference to

the price and reject any proposal which do not conform to the specified requirements;

vi) During the technical evaluation no amendments in the technical proposal shall be permitted;

vii) The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance;

Page 133: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned unopened to the respective Bidders; and

ix) The bid found to be the lowest evaluated bid shall be accepted. 19. Dead line of submission of bids.

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

20. Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidders.

21. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

22. Opening of Bids i. The Procuring Agency shall initially open only the envelope marked “TECHNICAL PROPOSAL” in the presence of bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIALPROPOSAL” if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process. ii. The bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. iii. The Procuring Agency shall prepare minutes of the bids opening (technical and financial separate).

23. Clarification of Bids: During evaluation of the bids, the Procuring Agency may, at its discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.

Page 134: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

24. Preliminary Examination i. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. ii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail. iii. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder. iv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. v. If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the bidder by correction of then on conformity.

25. Evaluation & Comparison of Bids i. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive. ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of the criteria mentioned in bidding documents. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders. iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents. iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

26. Evaluation Criteria: i. For the purposes of determining the lowest evaluated bid, facts other than price such as company profile, NTN, GST, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for evaluation factors/ criteria can be applied for the TECHNICALPROPOSALS.

Page 135: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

Technical Evaluation Criteria Marking Criteria

Sr. No

Detail Total Marks

Attached Yes/No

Obtained Marks

01 Original receipt for purchase of tender Token. (Compulsory)

5

02 Valid National ID Card (NADRA). (Compulsory) 2

03 Company profile (Name, Address, and Tel No). (Compulsory)

3

04 Acceptance of terms and condition of tender documents duly signed and stamped on stamp paper of Rs.20/-. Annexure-B (Compulsory)

5

05 An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever from Government/ Autonomous institutions and bidder shall provide these Items to CEO DHA Rajanpur as per Demand / Orders and sample submitting that all information provided by the firm are correct. Annexure- C(Compulsory)

10

06 Valid National Tax Number. (Compulsory) 5

07 Valid General Sale Tax certificate. (Compulsory) 5

08 Last year Sale Tax/ Income Tax paid certificate. (Compulsory)

09

09 Minimum experience regarding supply to Government / Autonomous institutions 01-02 Year Experience ………… (Marks 04) 03-04 Year Experience ………… (Marks 06) 05 and above Year Experience …..(Marks 10)

10

10 Sample submitted by firm having good quality and approved.

20

11 Copy of CDR as Bid Security amounting 2% of estimated cost. (Compulsory)

5

12 Service Availability: 5 days per week……. (Marks 05) 6 days per week……. (Marks 07) 7 days per week……... (Marks 10)

10

13 Bank statement / Balance sheet of last one year Up to 01 Million/ Year……………(Marks 05) 02 to 04 Million/Year…………….(Marks 10) 05 million and above/Year…(Marks 15)

15

Total Marks 100 Note: Qualifying Marks are 65 and above.

Note: If firms fail to provide any compulsory documents then its bidding documents will be cancelled or failed in technical evaluation.

Page 136: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

i) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT. ii) After technical evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the evaluation criteria, were considered non responsive, that their financial proposals shall be returned unopened after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the qualifying evaluated criteria, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional. iii) Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened. These financial proposals shall be then opened and the quoted price read aloud and recorded. Financial Bid shall comprise the following:

• Bid Submission Form. Annexure-A)

• Bid Security amounting 2% of estimated cost as per provisions of the clause Bid Security of this document.

• Price of Schedule/Items. Annexure-E 2. SCHEDULE OF REQUIREMENT:

MODE OF PENALTY 100% QUANTITY AS PER PURCHASE ORDER

TOTAL DELIVERY PERIOD

WITHOUT PENALTY 45 days 45 Days

WITH PENALTY 0.067% per day after 45 days of Purchase Order

30 days 30 days

27. Contacting the Procuring Agency: No bidder shall contact the Procuring Agency on any

matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

28. Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete.

29. Rejection of Bids: (1) The procuring agency may reject all bids or proposals at any time prior to the

acceptance of a bid or proposal.

Page 137: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(2) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

(3) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders.

(4) The bidders shall be promptly informed about the rejection of the bids, if any. (5) A procuring agency may, for reasons to be recorded in writing, restart bidding process

from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders.

30. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

31. Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

32. Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

33. Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

34. Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. As guidance only, negotiations may normally relate to the following areas:

• Minor alterations to technical details, such as the terms of reference, the scope of work, the specification or drawings;

• Minor amendments to the Special Conditions of Contract;

• Finalizing the payment arrangements;

• Mobilization arrangements;

• Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

• The proposed methodology or staffing;

• Inputs required from the procuring agency;

• Clarifying details that were not apparent or could not be finalized at the time of bidding;

• The bidder’s tax liability in Pakistan, if the bidder is a foreign company.

• Negotiations shall not be used to:

• Substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the bidder or the performance of the goods;

Page 138: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

• Substantially alter the terms and conditions of Contract;

• Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted;

• Reduce work inputs solely to meet the budget; or

• Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals

35. Notification of Award i. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted. ii. The notification of award shall constitute the formation of the Contract.

36. Signing of Contract i. At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted, the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. ii. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows in ability to sign the Contract then the firm shall be Blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

37. Performance Guaranty/ Security i. On the date of signing of Contract, the successful bidder shall furnish the Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents. ii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

38. Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/

Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency defines, for the purposes of this provision, the terms set forth below as follows: i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and ii. fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the Procuring Agency of the benefits of free and open competition;

Page 139: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(b) Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question;

(c) Shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing a Contract; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT 1) Definitions: In this Contract, the following terms shall be interpreted as indicated against

each; i. “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein. ii. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations. iii. “The Goods” means framework contract/tender items iv. “The Services” means those services ancillary to the supply of goods, such as framework contract/tender items. v. “The Procuring Agency” means CHIEF EXECUTIVE OFFICER, DISTRICT HEALTH AUTHORITY RAJANPUR vi. “The Supplier” means the individual or firm supplying the goods under this Contract.

2) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded by provisions of other parts of the Contract

3) Country of Origin: All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

4) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

5) Use of Contract Documents and Information i) The Supplier shall not disclose the Contract, or any provision thereof, or any

specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection Therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in condition of contract except for purposes of performing the Contract.

iii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so, required by the Procuring Agency.

iv) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier.

Page 140: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

6) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

7) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

8) Inspections and Test /Analysis i. The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. ii. For the purpose of inspections and tests of Items, the Supplier shall inform the CEO DHA Rajanpur at least 15 working days in advance when all or any specific consignment / installment of goods is manufactured and ready for inspection. The inspection team from CEO DHA Rajanpur shall inspect the quantity, specifications of goods. The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer /Supplier. iii. The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods either at Supplier’s premises or upon arrival at Consignee’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Procuring Agency or its representative prior to the goods shipment from the manufacturing point. iv. Procuring Agency or its representative shall have the right to inspect and /or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency. v. The inspection committee constituted by the Consignee shall inspect the quantity, specifications of goods. The cost of the lab tests shall be borne by the Supplier. vi. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges. vii. The Procuring Agency’s right to inspect test and, where necessary, reject the goods after the arrival at Procuring Agency’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Procuring Agency or its representative. viii. Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract.

9) Physical examination of items: i) The Inspection committee constituted by the consignee shall carry out the

physical examination after receipt of supplies for checking quality / quantity of the goods supplied.

ii) If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved samples etc. even if it is of standard

Page 141: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer / Supplier by the Concerned Authority. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for two year. However, if the entire supplies / installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years; onus of proof of innocence shall be on the supplier.

10) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

11) Insurance: The goods supplied under the Contract shall be delivered duty paid. 12) Transportation: The Supplier shall arrange such transportation / cold chain maintenance

of the goods as Is required to prevent their damage or deterioration during transit to their destination. The goods shall be delivered to CEO DHA Rajanpur, DHQ Hospital Rajanpur, THQ Hospitals Jampur/Rojhan and Civil Hospital Shahwali on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

13) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

14) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

15) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

16) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

17) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

18) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Procuring Agency

Page 142: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

19) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product, the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

20) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

21) Force Majeure: Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargos. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Health Department, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.

22) Termination for Insolvency the Procuring Agency may at any time terminate the Contract by giving written notice of one-month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.

Page 143: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

23) Arbitration and Resolution of Disputes: The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.

24) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

25) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

26) Notices i) Any Notice given by one party to the other pursuant to this contract shall be sent

to the other party in writing and confirmed to other party’s address specified in Special Conditions of Contract.

ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT 1. Definitions In this Contract, the following terms shall be interpreted as indicated against

each; a. “The Contract” means the agreement between the Procuring Agency and the

Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

b. The Supplier: is the individual or firm supplying the goods under this contract. 2. Country of Origin: All goods and related services to be supplied under the contract must

be from that origin / country as indicated under general conditions of the contract. 3. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank

Guarantee in the name of CEO DHA Rajanpur to be submitted with financial bid. 4. Performance Guaranty/ Security: After signing of contract, the successful bidder shall

furnish the Performance Guaranty/Security equivalent to 5% of the total Contract amount in the shape of CDR in the name of CEO DHA Rajanpur from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

5. Inspection and Tests: Inspection of dental material items at final acceptance shall be in accordance with the conditions of contract. After delivery at CEO DHA Rajanpur the goods shall be inspected /examined by the Inspection Committee. The Committee shall submit its inspection report to Procuring Agency along with invoice / bills / delivery Challan. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost.

6. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

Page 144: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (induplicate) showing warranty, name of Procuring Agency /destination to which delivery is to be made, item’s description, Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

7. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

8. Incidental Services The following incidental services shall be provided and the cost of which should include in the total bid price. a. The bidder shall supply Items as per tender requirement in commercial packing along

with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

9. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s)

and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

C. The analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier.

10. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame

specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier.

b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

Page 145: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

11. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or application of this Contract shall be settled through arbitration. The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.

12. Governing Language: The language of this Contract shall be in English. 13. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of

Pakistan shall have exclusive jurisdiction. Notices: Supplier’s address for notice purpose ……………………………………………………….. ……………………………………………………….. ………………………………………………………..

Procuring Agency’s address for notice Purposes shall be the; Chief Executive Officer District Health Authority Rajanpur

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Page 146: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR) To: Chief Executive Officer,

District Health Authority Rajanpur. Whereas M/S ____________________ (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. _______________ dated ____________ to (framework contract items) items (hereinafter called “the Contract”). And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued by a scheduled bank for the sum of 3% of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. Name of the bidder: _____________________________ Father, s Name: _____________________________ Address of bidder/Firm: _____________________________ NIC#: _____________________________ Designation: _____________________________ Signature: _____________________________ Stamp _____________________________

Page 147: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

CONTRACT FORM THIS CONTRACT is made at Office of the Chief Executive Officer, District Health Authority, Rajanpur on DATE---------, between the Chief Executive Officer, District Health Authority, Rajanpur (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s……… a firm registered under the laws of Pakistan and having its registered office at …………………..i (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s …………………… being the Manufacturer/supplier of Stationary items in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of Stationary items cost per unit,

NOW THIS CONTRACT WITNESSES AS FOLLOWS: 1. In this Contract words and expressions shall have the same meanings as are respectively

assigned to them in the General/ Special Conditions of this Contract hereinafter referred to as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract;

and F. Purchase Order

3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

5. M/S ..................hereby declares that it has not obtained or induced the procurement of any Contract, right, Interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or in directly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining

Page 148: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

7. M/S .................. certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. M/S .................. accepts full responsibility and strict liability form a king any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

9. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, M/S…………… agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by M/S ....................................... as a foresaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Additional Chief Secretary or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.

11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

12. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

13. In case of supply of substandard product, the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration

14. Partial supply shall not be accepted. 15. Quality/quantity of Items supplied will be checked by the concerned hospital through

inspection committee notified by the concerned Executive Directors. 16. The supply shall not be accepted if found substandard. The seller shall be bound to replace

the substandard stores immediately. 17. Seller shall ensure timely, continuous / uninterrupted supply of Items to the end users as

per demand throughout the contract period. 18. The seller shall have to supply such quantity as ordered. 19. The seller shall provide free delivery of Items to consignee at the hospital. 20. If the rates charged by the seller are found higher than the market rates the extra money

charged shall have to be refunded by the seller.

Page 149: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

21. Payment will be made by the end users as per rules after completion of all codal formalities.

22. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

23. This contract agreement shall remain valid till 30th June, 2020. 24. The seller will be responsible to refund any excess amount paid due to any error in

calculation or mistake in evaluating the offer. IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at Chief Executive Officer, District Health Authority, Rajanpur and shall enter into force on the day, month and year first above mentioned.

Name & Signature:

Signature of Owner of Firm------------------------- Name ---------------------------------------------------- Father Name ------------------------------------------ Designation-------------------------------------------- CNIC#----------------------------------------------------

Witnesses (Procuring Agency): Signature ----------------------------------------------- CNIC# ---------------------------------------------------- Name ---------------------------------------------------- Designation -------------------------------------------- Address -------------------------------------------------

Witnesses: Signature ----------------------------------------------- CNIC# ---------------------------------------------------- Name ---------------------------------------------------- Designation -------------------------------------------- Address -------------------------------------------------

Page 150: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(Attached with Financial Bid) Annexure-A

BID SUBMISSION FORM Date: No: To, ________________ (Name of Procuring Agency)

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount ___________________ ], [Bid Amount in words _______________________ ] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of Chief Executive Officer District Health Authority, Rajanpur We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive. Name and Address Amount (If none, State “none”). Date this day of 20____ Signature (in the capacity of) duly authorized to sign bid for and on behalf of. Attachment

Page 151: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(With Technical Bid) Annex. B:

TERMS & CONDITIONS

SUPPLIER /VENDOR CERTIFICATE I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents

Name of the Tenderer: _________________________ Sign of Tenderer: _________________________ Designation of Tenderer: _________________________ Postal Address: _________________________ Telephone Number: _________________________ CNIC Number: _________________________ NTN Number: _________________________ Sign & Stamp: _________________________

1. The total contract period will be for one year extendable to 03months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User. 2. The annual increase in price allowed will not be more than 10% by mutual agreement (If

the contract is extended). 3. The bidder who gives accumulated lowest rate for all parameter will consider as the

lowest Bidder. 4. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straight way rejected. 5. Rates must be comparable with other renowned companies, local market and other

hospitals of Punjab government. If rates found on higher side, hospital has right to cancel the contract.

6. Winning company or its authorized dealers will ensure timely supply of all items for smooth running of hospital.

7. Unsatisfactory performance, poor delivery of supplies can be grounds for cancellation of contract.

8. Chief Executive Officer District Health Authority, Rajanpur reserves the right to cancel the contract/order at any stage, without assigning any reason.

Page 152: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

(Attached with technical bid) ON STAMP PAPER OF RS 100/- Annex-C

STAMP PAPER I/We, the undersigned solemnly state that:

1. We have read the contents of the Bidding Document and have fully understood it. 2. The Bid being submitted by the undersigned complies with the requirements enunciated

in the bidding documents. 3. The undersigned are solvent and competent to undertake the subject contract under the

Laws of Pakistan. 4. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to

any official or agent related to this bid or award or contract. 5. The undersigned are not blacklisted or facing debarment from any Government, or its

organization or project. 6. It is certified that the information furnished here in and as per the document submitted

is true and correct and nothing has been concealed or tampered with. We have gone through all the conditions of tender and are liable to any punitive action for furnishing false information/documents.

7. We have read the contents of the Bidding Document and have fully understood it. 8. The Bid being submitted by the undersigned complies with the requirements enunciated

in the bidding documents with rules and regulations of land and prices quoted by me, was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We will provide the stock according to the approved sample.

9. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder: _____________________ Father, s Name: _____________________ Address of bidder/Firm: _____________________ NIC#: _____________________ Designation: _____________________ Signature: _____________________ Stamp: _____________________

Page 153: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

To be attached on legal stamp paper with technical bid if Necessary, for Agent. Annex-D

AFFIDAVIT We: ___________________ (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr./Ms. _____________________ (If participating through agent / representative) is the agent / representative duly authorized by (Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid to the ____________________(Name of the Procuring agency)_________________and his CNIC photo copy is also attached. Sign and stamp by authorized

Page 154: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

PRICE SCHEDULE Annex-E

LOT NO. 04

LIST OF DENTAL MATERIAL For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specifications Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

01 Zinc Phosphate Cement Packet 96

02 Glass Ionomer Cement 15gm+8ml Packet 125

03 Endosepton Bottle of 15ml 48

04 Provis/Fermin Jar of 40gms 82

05 Silver Powder Bottle of 30gm 62

06 GIC (2) 10gm+5.6ml Packet 152

07 Composite Kit 4x4gm+2gm etching+5gm Bonding+etc

Kit 47

08 Zinc Oxide Eugenol Packet 61

09 Calcium Hydroxide Powder Bottle 50gm 52

10 Mercury Bottle of 10gm 55

11 Pulp Devitalizing Paste Jar 86

12 Dental Cartridges Packet of 50’s 520

13 Alveogyl Jar of 10gm 71

14 Surgical Burs Round/Fissure No. 159

15 Polishing Brush PACK of 100 174

16 Polishing Paste Jar of 45gm 91

17 Fluoride Gel Bottle 52

18 Matrix Band Retainer No. 73

19 Matrix Bands Packet of 12’s 96

20 Endomethasone Powder Bottle 14gm 34

21 Endomethasone Liquid Bottle of 10ml 34

22 Gutta Percha Point No.20 Packet of 120’s 112

23 Gutta Percha Point No.25 Packet of 120’s 112

24 Gutta Percha Point No.30 Packet of 120’s 112

25 Gutta Percha Point No.35 Packet of 120’s 117

26 Gutta Percha Point No.40 Packet of 120’s 117

27 Gutta Percha Point No.45 Packet of 120’s 89

28 Gutta Percha Point No.50 Packet of 120’s 81

Page 155: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

29 Gutta Percha Point No.55 Packet of 120’s 81

30 Gutta Percha Point No.60 Packet of 120’s 81

31 Gutta Percha Point No.70 Packet of 120’s 76

32 Gutta Percha Point No.80 Packet of 120’s 76

33 Reamers 15-40 Pkt of 6’s 124

34 Hydrogen Peroxide Bottle of 500ml 275

35 Pupotec 15gm+15gm Packet 59

36 Amalgam Capsules Spill-ll Packet of 50’s 71

37 Lubricating Oil for Handpiece Bottle 39

38 Instrument Disinfactant Bottle of 01 liter 185

39 Bone File No. 59

40 Wooden Wedges Pack of 100’s 43

41 Cresophine bottle of 10gm 7

42 Finishing Polishing Bur Nos. 5

43 Cavity Preparation Bur Kit Pack of 12's Pieces 4

44 Lignocaine Gel Bottle of 30ml 5

Page 156: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

LOT NO. 05

LIST OF LABORATORY ITEMS For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specification Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

01 ESR Pipettes GMBH 210

02 ESR Solution 500ml Bottle 45

03 Pregnancy Strip 1 NOS. 5670

04 HBs AG 1 Nos. 175500

05 HCV 1 Nos. 175000

06 MP 1 Nos. 67460

07 HB Pipet 10ul Pipet (No.) 16

08 HP Pipet 20ul Pipet (No.) 51

09 Blood Grouping Anti A, B, D 296

10 LFTs Colori meter (Nos.) 7

11 Cholesterol Kit 500 ML 10

12 S. Uric Acid Kit 500 ML 54

13 S. Bilirubin Kit 245 ML 4100

14 S. Glucose Kit 1000ml 1000 ML 57

15 Widal Kit (TO, TH) 2X5 ml vial 78

16 Glass cover Slip Nos. 255

17 Glass Slides Pack 2785

18 Pipettes 1ml Glass Nos. 15

19 Pipettes 0.1ml Glass Nos. 6

20 Glass Test Tube (Small) Nos. 22200

21 Glass Test Tube (Large) Nos. 5840

22 TB Device No. 21750

23 Anti-Boli Lotion No. 0

24 Bovine Albumin 22% 10ml Vial 0

25 Diazole No. 31

26 Blood Bags with set 250ml NO. 2540

27 Blood Bags with set 500ml No. 9965

28 Combi 3 Pack of 100 61

29 Combi 10 Pack of 100 171

30 HIV Device Nos. 112800

31 Anti-Human Globulin 10ml Vial 5

Page 157: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

32 Liss Solution 5ml vial 0

33 Blood Lancets Pack of 100 11310

34 R.A Factor Kit 100 Test 24

35 URS-I Pack of 100 0

36 Cell Packs (Sysmix) Pack 0

37 Stromatolyser (Sysmix) Bottle 0

38 Blood Urea Kits UV 400 ML 54

39 ASO Titre 100 Test 21

40 ALT SGPT 940 ML 45

41 S. Creatinine 1000 ML 67

42 EDTA Solution 500ml Bottle 33

43 Giemsa Stain 500ml Bottle 56

44 Sysmix Printer Roll Nos. 0

45 CBC EDTA Vials Nos. 133255

46 Blue Tips Pack of 500 192

47 Yellow Tips Pack of 1000 242

48 D/Gloves (L/M Size) Vinyl Box of 100 1124

49 D/Masks Box of 100 131

50 Anti-HCV Elisa 96 T Kits 3

51 HBs Ag Elisa 96 T Kits 3

52 Serum Cups Nos. 1280

53 Digital Pipettes 100ul Nos. 11

54 Digital Pipettes 100-1000ul Nos. 13

55 C1 Calibration Solution Nos. 0

56 C2 Calibration Solution Nos. 0

57 C3 Fluid Pack Nos. 0

58 Ph Electrode Nos. 0

59 P02 Electrode Nos. 0

60 Pco2 Electrode Nos. 0

61 Reference Electrode Nos. 0

62 Sodium Electrode Nos. 0

63 Potassium Electrode Nos. 0

64 Chloride Electrode Nos. 0

65 Calcium Electrode Nos. 0

66 Kit Maintenance Cobas B 121 Nos. 0

67 S. Al Kaline Phosphate Kit Nos. 4

68 SGOT Kit 940 ML 45

69 Cell Packs for Medonic Analyzer Pack 5

70 Typhoid Devices - 39800

71 Syphilis Devices - 51750

72 Digital Pipette 10-50ul Nos. 8

Page 158: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

73 Triglyceride Kit 300 ML 1

74 HDL 100 TESTS 1

75 H. Pylori Devices Nos. 22900

76 HB Solution Pack of 500ml Bottle 57

77 Cedar Wood Oil 500 ML BOTTLE 3

78 Distilled Water 5Liter Bottle 389

79 Hemolytic Snap Pack Pack 0

80 Prothrombin time (PT) 8x2mL 8100

81 Activated Prothrombin time (APTT) 8x2mL 8100

82 Pregnancy Device 6800

83 Dengue device Test NSI 660

84 HB Tubes 140

85 Capillary tubes 20

86 Torny Kit 20

87 Trop T 2900

88 Examination Test Tube Plastic 13000

89 Quality Control Reagents for Chemistry Normal

10X5 ML 40

90 Quality Control Reagents for Chemistry Abnormal

10X5 ML 40

91 Quality Control Reagents for hematology LOW

According to Purchased instrument

40

92 Quality Control Reagents for hematology NORMAL (If machine will purchase)

According to Purchased instrument

16

93 Quality Control Reagents for hematology ABNORMAL (If machine will purchase)

According to Purchased instrument

16

94 Quality Control Reagents for Chemistry Normal

Human/Randox 40

95 Quality Control Reagents for Chemistry Abnormal

Human/Randox 40

96 Quality Control Reagents for hematology LOW

According to Purchased instrument

40

97 Quality Control Reagents for hematology NORMAL

According to Purchased instrument

4

98 Quality Control Reagents for hematology ABNORMAL

According to Purchased instrument

4

Page 159: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

99 Hb Reagent(drabkin) for Semi-automation

Human/Randox/Eq 10

100 Uric acid Reagent 500 ML 40

101 ALP/ALK 180 ML 40

102 CPK(CK-NAC) 125 ML 2

103 LDH 75 ML 2

104 CK-MB 50 ML 2

105 HbA1c 100 TESTS 5

106 Cell diluent swelab According to Purchased instrument

40

107 Cell lyse swelab According to Purchased instrument

40

108 Maintenance kit for Swelab According to Purchased instrument

2

109 Humanlyte Reagent Pack for Electrolytes

Human 20

110 Lamp/Bulb for Metro lab 1600 DR

12

111 Lamp/Bulb for Humanlyzer Primus

Human 12

112 R.A Factor QL 100 TEST 10

113 CRP QL 100 TEST 10

114 WBC Solution Medilines/Local 10

115 Gell Vial (Yellow Top) BD/Biotube 80000

116 ESR Vial (Black Top) BD/Biotube 8000

117 Urine Containers Fine/Local 20000

118 Platelets Count Solution Medilines/Local 10

119 Semen analysis Solution Medilines/Local 2

120 Sunnyplast Branded/fine 90000

121 Alcohal Pads Branded/fine 90000

122 Tourniquet Branded/fine 24

123 Dis-Syringes BD/Nipro 80000

124 Butterfly needles BD/Nipro 1200

125 Reporting Pad 100 paper each pad

Fine Paper (80 G) 1000

Page 160: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

LOT NO. 06

LIST OF X-RAY FILMS For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specifications Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

1 X-Ray Film Size 12 x 15 Per Pkt / 100 35260

2 X-Ray Film Size 10 x 12 Per Pkt / 100 23188

3 X-Ray Film Size 8 x 10 Per Pkt / 100 3076

4 X-Ray Films Dental Per Pkt. / 100 6663

5 Developer Per Pkt./10 Liter 330

6 Fixer Per Pkt./10 Liter 330

7 Led Number Packet (09) Per Pkt. 68

8 MLC Led Number Packet (09) Per Pkt 68

9 X-Ray Cassettes 12 x 15 Per Nos. 21

10 X- Ray Cassettes 10 x 12 Per Nos. 11

11 X-Ray Cassettes 8 x 10 Per Nos. 17

12 X-Ray Hangers Per Nos. 17

13 Lead Screen Per Nos. 8

14 Chart Stand Per Nos. 4

15 Dental X-Ray Film (31x41mm) Per Pkt/100 350

16 Self-Developer X-Ray film (Dental)

20

17 X-Ray Film Fixer Liquide 30

18 X-Ray Film Developer Liquide 30

19 X Ray- Illuminator Imported 5

21 X-Ray Film Screen (12x15) 2

22 X-Ray Film Screen (10x12) 2

23 X-Ray Film Screen (8x10) 2

Page 161: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

LOT NO. 07

LIST OF BEDDING CLOTHING For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specifications Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

1 Blanket 7".0"x4.6" (Best Quality) Per No 620

2 Bed Sheet with Monogram,White Colour, Blue border size 6".6"x4.6"

1000 grm 4000

3 Pillow Cover Per No 1210

4 Pillow with Cover Per No 780

5 Towel Size 4.2"x2.0 woolen Per No 805

6 Durri Per No 260

7 Duster Per No 4770

8 Green Cloth (For Office Table) Meter 1570

9 Parda Cloth Meter 2150

10 Foam (Metris) Best Quality size 6.4"x3.4" Per No 280

11 Operation Sheet Per No 980

12 Operation Gaon Per No 942

13 Mask Cap Per No 1685

14 Doctor Coat Per No 380

15 Apron Per No 460

16 Malaysia Uniform Per Meter 3920

20 Foam (Metris) Best Quality size 78x33x4 Per no 20

21 Abdominal Sheet Per no 50

22 Draw Sheet Per no 500

23 Rexene Sheet Per meter 100

Page 162: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

LOT NO. 08

LIST OF OFFICE STATIONERY For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specifications Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

1 White Paper Fine Quality 8.5x13.5 68gm Per 500 Sheet 322

2 Computer Paper Imported Legal Size 70gm

Per 500 Sheet 725

3 Computer Paper Imported A4 Size 70gm Per 500 Sheet 1150

4 Computer Paper Imported Legal Size 80gm

Per 500 Sheet 400

5 Computer Paper Imported A4 Size 80gm Per 500 Sheet 522

6 Ball Point Blue Piano Crystal Per Pack of 10 2820

7 Ball Point Red Piano Crystal Per Pack of 10 820

8 Uniball for Officers Per Pack of 10 310

9 Gum Large Bottle 800ml Per No. 115

10 Gum Stick High Quality 8gm Per No. 370

11 Gum Stick High Quality 15gm Per No. 250

12 Gum Stick High Quality 22gm Per No. 220

13 Ruled Register 200 pages Per No. 265

14 Ruled Register 400 Pages Per No. 185

15 Paper Pin (Common Pin) Best Quality Per Pack 305

16 File Board Jodi Per No. 345

17 Paper (Khaki) Per No. 2505

18 Marker All Colour Per Pack 735

19 Pin Cushion Best Quality Per No. 236

20 Table Set Plastic Per No. 161

21 Table Set Marbale Per No. 90

22 Tag Large Size One Bundle Of 100

77

23 Tag Small Size One Bundle Of 100

77

24 Stapler Size 2 Per No. 295

25 Stapler Pin Size 2 1 Packet 746

26 Envelope Small Size Packet of 50 Nos.

5700

27 Envelope Large Size Packet of 50 Nos.

10657

28 Stamp Paid Per No. 479

29 Stamp Paid Ink Per No. 253

Page 163: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

30 Lead Pencil 1 Dozen 877

31 Pointer All Colour Per Packet 670

32 Eraser Per dozen 445

33 Sharpener Per dozen 190

34 Calculator Per No. 120

35 Sowa Small Per No. 50

36 Sowa Large Per No. 50

37 Pen Holder No. 10

38 Pen Holder (Pilot) No. 10

39 Stickers Different Pattern

2000

40 Paper Cutter No. 50

41 Scotch Tape 1" Different Colour

50

42 High letter Pack of 10 200

43 Stapler Pin Remover No. 150

44 Punch machine Double Hole No. 15

45 Punch Machine Single Hole No. 25

46 Box File with Clip No. 300

47 Binder Clip No. 50

48 Ring File No. 100

49 Diary office Small size No. 10

50 Gell Pen No. 100

51 Plain Register No. 200

52 Scissor for office use No. 20

53 Envelope a4 size Bundle 20

Page 164: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

LOT NO. 09

LIST OF GENERAL STORE ITEMS For DISTRICT HEALTH AUTHORITY RAJANPUR, Financial Year 2019-2020 Note:

1. The bidder is to furnish quoted unit rates in financial proposal including all taxes & freight

2. All the Items are subjected to the approval of samples by the End-user concerned. 3. The Quantity may be increased or decreased according to Budget received/demand.

Sr. No

Name of Item Specification Estimated Quantity

Rate/Unit in Words

Rate/Unit in Figure

Name of Firm

1 Duster Large Yellow Size 27x20 Best Quality 3240 2 Flush Brush with cover Best Quality 1020 3 Wiper Large Best Quality 2730 4 Laundry Soap Kg 1000 5 Dish Washing Powder 450grm 295 6 Floor Cleaner Gallon 4570 7 Toilet Cleaner for Stain 250ml 10040 8 Glass Cleaner 500ml 2776 9 Air Freshener 300ml 4485

10 Blue Shopper 18x26 01 kg 1340 11 Lock Large 60mm Original 454 12 Lock Medium 50mm Original 399 13 Lock Small 32mm Original 364 14 Liquid Phenyl 2.75 liter 17270 15 Insect Killer Spray 400ml 6250 16 Shopper Blue 26x38 01 kg 1855 17 Draz Lock 01 Nos. 460 18 Dust Bin Large size 01 Nos. 484 19 Dust Bin Medium Size 01 Nos. 740 20 Liquid soap hand wash 250 ml 5592 21 Surf (Ariel) 01 kg 1250 22 Surf (Excel) 01 kg 3260 23 Tissue Paper Best Quality 3300 24 Tissue roll 24mtr Best Quality 4930 25 White Shopper 26x38 01 kg 1593 26 Yellow Shopper 30x50 01 kg 1803 27 Dust mop with handle 01 Nos. 651 28 Electrical celling Fan 186 29 Electric Pedestal Fan 31 30 Tea cups Regular Size 744 31 Spoon Table Spoon 246 32 Water Glasses 782 33 Dining Plates 369 34 Almirah Safe Steel standard size 55

Page 165: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

35 Yellow Plastic Bucket for needle 140 36 Wrench 90 37 Soap Dispenser 218 38 Needle Holder 168 39 Concrete bench 3-seater 77 40 3 Phase breakers 52 41 Power Card For Printer Computer 98 42 Switch & Plug 06 Amp 321 43 Bulb Holder Pin 299 44 Solution Tape Nett, Hero 1015 45 Three Pole Breaker 100 Amp 97 46 Three Pole Breaker 400 Amp 99 47 Three Pole Breaker 200 Amp 88 48 Breaker Single Core 20 Amp 201 49 Breaker Single Core 10Amp 215 50 Board Plastic 4x4 301 51 Board Plastic 7x4 60 52 Board Plastic 8x10 55 53 LED Search Light 100 watts 177 54 LED Surface mounted Light 50 watts 198

55 Automatic Switch Motor automatic switch

119

56 Teflon tap Best Quality 125 57 Extension lead with wire 5’, 7' (4076) wire 317

58 Bath Soap 75 grams (Lux, Dettol, Safeguard)

2750

59 WC Brush Standard size 422 60 Capacitor fan 3.5UF 575 61 Power Plug Universal 4x4 445 62 Three Pin Shoe 10 Amp 436 63 Two Pin Shoe 15Amp 409 64 Piano Plug 3 Pin 10 Amp 412

65 Electrical Wire 7/29 Single core per meter (coper)

4307

66 Electrical Wire 3/29 Single core per meter (coper)

4307

67 Electrical Wire 7/36 3 core per meter 3905 68 Electrical Wire 7/52 Double core per meter 6805 69 Holder Chori Jumbo size 15 amp 646 70 Holder Pin Jumbo size 15 amp 412 71 Breaker 800-amp, 800 amp 232 72 Wall Clock 254 73 Hand Sanitizer Hi clean 1307 74 Instrument Wrapping Paper 2x2 1270 75 Vinyl Gloves 50302 76 Paraffin wax 22 77 Exhaust Fan 157

Page 166: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

78 Ultrasound Gel 5 LTR 1433 79 Disposable Pricker 194100 80 Heater 143 81 Disposable Caps 5450 82 White Board Large (4' x 5') 26 83 Iron Rack 79 84 Ultrasound Roll for printing 816 85 Stabilizer for Auto Processor 25 86 Table Light 53 87 Stabilizer for Refrigerators 62 88 Water Dispenser 37 89 Power Plug with Board 94 90 Single Light Plug with Board 170 91 Double Light Plug with Board 70 92 LED Bulb 25 watts 1544 93 LED Bulb 45 watts 830 94 LED Bulb 85 watts 526 95 Street Light 188 96 First Aid Box Complete complete set 87 97 Spirit Jar set stainless steel with lid 46

98 Heavy Duty Adjustable Racks for Medicine

angel made size 5 feet length 8 feet height

85

99 ECG Bulb (6 Per pack) 79 100 ECG Batteries (3600 MAH, V.9.6 34 101 Mouth Pieces Best Quality 731 102 Nebulizer Peads 93 103 Nebulizer Adult 88 104 Nebulizer Infants 41

105 Nebulizer kit Class V, Imported Pack of 100

237

106 Stain Steel kee pack Imported 176 107 Autoclave Sterilization (Strigae) Strips Universal Size Imported 1206

108 Autoclave Wrapping (Steri Green Sheet)

Plastic Best Quality 854

109 Autoclave Tape Plastic Best Quality 224 110 Muslim Shower Best Quality 197 111 Flush Tanki Best Quality 244 112 Waterpipe Plastic 3/4 Per Feet 955 113 Hard Board Sheet Best Quality Per Feet 52 114 Gillo Best Quality Per Kg 52 115 Nebulizer Masks Small & Large 1114 116 Oxygen Regulator Best Quality 262 117 ECG Roll Best Quality 1790

118 Remote Bell with cells Best Quality 167

119 Waste Basket (yellow, white) 394 120 Acid 01 Liter 1810

Page 167: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

121 Plastic Bucket 770 122 Silver Balti 176 123 Jharoo Sar 2500 124 Jharoo Bans Best Quality 1300 125 Kharr Soda (Washing Soda) Per Kg 2820 126 Bleach 1020 127 Brush Cleaner 470 128 Phynel Tablet Pack of 10's or less 1650 129 Harpic 250ml 2324 130 Plastic Lotta 680 131 Grass Cutter Machine 47 132 Hand Trolley 32 133 Qusssi 48 134 Runmba 56 135 Arrree 56 136 Kolahara 40 137 Robbin Neel Best Quality 350 138 Black Oil Washing 1540 139 Washing Bleach Powder Imported 2400 140 Broom for Road Cleaning 1670 141 Strychnine Capsule 13500 142 Mosquito Spray 500 143 Waste Bags 03 Color small medium XL 15000 144 Carbolic Acid Bottle 1000 145 Ring Pessori 500 146 CTG Machine Paper 100 147 OT Shoes 300 148 Paper for shoe Cover Machine 50 149 Examination Hammer 5 150 Peak flow meter 50 151 Glucometer 10 152 Sponge Holder 40 153 Scalpel of big knife holder 10 154 Plain forceps 10 155 Tooth forceps 10 156 Small Artery Clips 60 157 Large Artery clumps for cord clamping 20 158 Mayo's scissor 10 159 Straight scissor 10 160 Doin's Retractor 10 161 Towel Clips 30 162 Needle Holder 30 163 Allis Forceps 60 164 Macintosh Sheet Meter 300 165 Bulb Sucker 50 166 OT Gowns 50

Page 168: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

167 CPAP Batteries 200 168 Illuminators Batteries 10 169 Flow Meter 5 170 Vein illuminator 10 171 Low reading thermometer 6 172 Artery Forceps 0 size 1 173 Plain forceps 4" 3 174 Plain forceps 5" 1 175 Corneal Scissor 10 176 Vena Scissor 10 177 Large Scissor 10 178 Wire Vectus 10 179 Dialer 10 180 BP Handle 10 181 Corneal Forceps 10 182 Typing Forceps 10 183 Artery Forceps small 10 184 Artery Forceps Large 10 185 Muscle Hook 10 186 Eye Speculum 10 187 Patient tag adult, peads 5000 188 Fine Surgical set 4 189 Patient Kits 200 190 Diathermy Lead 500 191 Paper for Pasting ECG 2000 192 Printing roll for Echo 100 193 L Shape Nasal Prosthesis silicon small 6

194 L Shape Nasal Prosthesis silicon Medium

20

195 L Shape Nasal Prosthesis Silicon Large 20 196 Tongue Depressor disposable 5000

197 Nasal Canula (Prong)adult 500

198 Nasal Canula (Prong) Peads 500 199 Lead Apron with hanger 3 200 Key for Oxygen Regulator 20 201 Cell Glucometer 100 202 Cell Laryngoscope 50 203 Cell Wall Clock 100

204 H File No.15 21mm Packet of 6’s 252

205 H File No.20 21mm Packet of 6’s 252

206 H File No.25 21mm Packet of 6’s 242

207 H File No.30 21mm Packet of 6’s 242

208 H File No.35 21mm Packet of 6’s 242

209 H File No.40 21mm Packet of 6’s 242

210 H File No.45 21mm Packet of 6’s 167

Page 169: BIDDING DOCUMENTS · 2020-02-10 · Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than period (days)

211 H File No.50 21mm Packet of 6’s 142

212 H File No.55 21mm Packet of 6’s 142

213 H File No.60 21mm Packet of 6’s 142

214 Bar Broaches Packet of 6’s 184

215 K File No.15-40 Packet of 6’s 282

216 Dental Disposable Needles Packet of 100’s 255

217 LED Light Cure No. 10

218 Dental Fillings Instrument Set Complete

Set 97

219 Autoclave 10x10 No. 6

220 GP Cutter No. 13

221 Extraction Forceps SS Autoclavable Kit 101

222 Periostle Elevator No. 116

223 Root Elevator Set of 3 Set 91

224 Suction Tips Packet of 100’s 1109

225 Amalgam Gun No. 49

226 Disposable Napkin Packet of 125’s 239

227 Disposable Glass No. 7700

228 Baby Forcep Kit of 7pcs Kit 71

229 Bone Cutter No. 58

230 Sucker Machine No. 26

231 Scaling Tip No. 107

232 Dental Elevator No. 80

233 Ultrasonic Scaler No. 4

234 Air Turbine Handpiece Push Button, No. 17

235 Amalgamator No. 27

236 Mortor & Pestle No. 123

237 Micromotor with Striaght & contra ( Slow speed)

No. 16

238 Examination Set (Mirror , Probe , Tweezer)

Set of 3 pieces 20

239 Scissor small No. 3

240 Mirror Tops 1 pack of 100 1

241 Suture Cutting Scissor Nos. 10

242 Needle Forceps Nos. 5

243 Root Canal Separator Pack of 6's 6

244 Endomoter Nos. 1

245 Apex Locator Nos. 1

246 Dental Syringe Nos. 5

247 Crown Preparation Kit Kit 110