(dhq/teaching hospital gujranwala)

118
Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA 1 BIDDING DOCUMENTS FOR PROCUREMENT OF DRUGS /MEDICINES BY OPEN COMPETITIVE BIDDING FOR FINANCIAL YEAR 2021-22. (DHQ/TEACHING HOSPITAL GUJRANWALA)

Upload: others

Post on 20-May-2022

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

1

BIDDING DOCUMENTS FOR PROCUREMENT OF DRUGS

/MEDICINES BY OPEN COMPETITIVE BIDDING FOR

FINANCIAL YEAR 2021-22.

(DHQ/TEACHING HOSPITAL GUJRANWALA)

Page 2: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

2

BID PAPERS (CHECK LIST)

1. INDEX AND PAGE MARKING CERTIFICATE BY THE BIDDER (COMPULSORY AND SUBMIT AT THE

TIME OF TENDER DOCUMENTS SUBMISSION) A / NA

2. INVITATION OF BID

3. BIDDING DOCUMENTS DULLY SIGNED AND STAMPED BY THE BIDDER

4. CDR

5. ORIGINAL PURCHASED RECEIPT OF BIDDING DOCUMENTS

6. ATTESTED COPY OF CNIC

7. AUTHORITY LETTER ON LETTER HEAD SIGNED AND STAMPED BY THE CHAIRPERSON/MD OF THE

FIRM

8. AFFIDAVIT

9. VALID DRUG MANUFACTURING /SALES LICENSE FOR MEDICINES

10. VALID DRUG REGISTRATION CERTIFICATES

11. BIOEQUIVALENCE STUDY REPORT (IF APPLICABLE)

12. VALID GOOD MANUFACTURING PRACTICES CERTIFICATE

13. INCOME TAX REGISTRATION CERTIFICATE

14. INCOME TAX RETURNS LAST TWO YEARS

15. SALES TAX REGISTRATION CERTIFICATE

16. API SOURCE

17. FINANCIAL CAPACITY

18. EXPERIENCE OF THE PRODUCTS

19. FDA/WHO STANDARD LETTERS

20. EXPORT OF QUOTED PRODUCTS

21. FRESH SAMPLES OF QUOTED ITEMS

Page 3: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

3

INDEX CERTIFICATE/ BID COVER SHEET Bid Ref. No. ------------------------ Date---------------------------- Name of the Supplier/Firm Contractor: ---------------------------------------------------------------------------------------- Designation and CNIC NO.: ----------------------------------------------------------------------------------------------------- Mailing Address of the firm: ------------------------------------------------------------------------------------------------------- ----------------------------------------------------------------------------------------------------------------------------- --------------- E-mail:_____________________ Phone No. of the firm /sole agent: __________________________ Fax No.: ________________________ I do hereby certify on behalf of M/S_____________________________ that the bidding documents submitted for the

tender of __________________________ contains total pages _________________. Moreover, the page marking is

done and index has been prepared which is marked as page No.____.

List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No and the name of the Items selected for Bidding. Use additional Sheets if Required)

Sr.# Name of Item

Six samples of each quoted items.

For thermo labile drugs, batch wise cold chain data from source of origin to consignee’s end at the time of supply.

Signed/stamped Dated:

Note :( This form will be submitted by the manufacturer/sole agent at the time of submission of bid and attach NIC

copy. Without this form no bid will be accepted and if documents are not prepared as per index its bid will not be evaluated technically. The firm has to submit a tap binding bids.)

Page 4: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

4

Invitation for Bids(Financial Year 2021-22) Procurement of Drugs and Medicines items: 1. Management of District Headquarter/Teaching Hospital Gujranwala invites sealed bids to conclude the framework contract from the manufacturers, importers/sole agents of foreign principals for procurement of Drugs/Medicines etc. to meet the requirement of this institution on free delivery basis to consignee’s end basis. Detailed description of Drugs/Medicines etc. is given in the Bidding Documents. 2. Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of nonrefundable fee of Rs. 2000/-. Bidding Documents shall be issued only during office hours. 3. Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per Rule 38 of Punjab PPRA-2014 (amended). 4. Bids must be delivered at or before on 10-09-2021 at 11:00 am .Bid security of 2% of quoted item (refundable) in the shape of call deposit receipt required to be supported with the financial bid. Late bids will be rejected. Bids will be opened in the same day at 11:30 am in the presence of the bidders or representatives. 5. The Bidders are requested to give their best and final prices. Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules 2014(amended).

-SD-

MEDICAL SUPERINTENDENT DHQ/TEACHING HOSPITAL GUJRANWALA

Page 5: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

5

Section 1: 1. Scope of Bid

The DHQ/Teaching Hospital Gujranwala invites sealed bids from firms to conclude the framework contract for supply of Drugs/Medicines to meet the requirement of this institution specified in the Schedule of Requirements along with Technical Specifications. 2. Source of Funds

The Government of Punjab has allocated funds to the institution/Hospitals for purchase of Drugs/Medicines, and other items under the relevant head of Account during the Financial Year 2021-22 3. Eligible Bidders

This Invitation for Bids is open to all original manufacturers and in case of imported goods their sole agents in Pakistan notified by the government as prequalified under rule 16(11) of PPRA 2014(amended) for the procuring agencies of SPECIALIZED HEALTHCARE & MEDICAL EDUCATION department for the year 2021-22 for supply of Goods more specifically described in the Schedule of Requirement. The manufacturer’s representative and sole agent must possess valid authorization from the Manufacturer and shall have to submit a copy of Memorandum of Association/ Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof to the effect that they are the original Manufacturer of the required specifications of Goods. Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE and the bidder should provide an affidavit on legal stamp paper of Rs.100/- for this purpose. The bidder should be debarred from bid on account of submission of false statement. 4. Corruption and Fraud:

The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time. 4.1 The following are the events which would lead to initiate under the PPRA Rule 2014(amended) Blacklisting/debarment process. i- Submission of false fabricated/forged documents for procurement in tender.

ii- not attaining required quality of work

iii- inordinate tardiness in accomplishment of assigned/agreed responsibilities/contractual obligations resulting loss to

procuring agency.

iv- non execution of work as per term and condition of contract.

v-any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public

procurement process

vi- involvement of any tender fixing

vii- persistent an intentional violation of important conditions of contract

viii- non adherence to the quality standards

ix- security consideration of the state

5. Eligible Goods and Services.

All goods and related services to be supplied under the contract shall conform to the policies of the Government of Punjab in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes 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 ancillary services such as transportation, insurance, after sale service etc. 6. 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 conduct or outcome of the bidding process.

Page 6: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

6

7. Bidding for Selective Items. A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements. However, Bidders cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT.

The Bidding Procedure

8. The Governing Rules.

The Bidding procedure shall be governed by the Punjab Procurement Rules, 2014(amended) of the Government of Punjab. 9. Applicable Bidding Procedure.

The bidding procedure is governed by Rule 38 “Procedures of Open Competitive Bidding” “Single stage – Two

Envelop procedure”. 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; 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. ix) The financial proposal of bids found technically non-responsive shall be returned unopened to the respective Bidders; and x) The bid found to be the lowest evaluated bid shall be accepted.

The Bidding Documents

10. Contents of the Bidding Documents

The goods required, applicable 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) Schedule of Requirement. (c) Technical Specifications. (d) Evaluation Criteria. (e) Bid Forms i) Letter of Intention ii) Affidavit iii) Technical Forms (f) General Conditions of the Contract (g) Special Conditions of Contract, (h) Draft Contract.

The “Invitation for Bids” is not a formal 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 Bidding Documents shall take precedence. 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.

Page 7: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

7

11. Clarification(s) on Bidding Documents.

A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Bid. The Procuring Agency shall respond in writing to any request for clarification(s) 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. 12. Amendment(s) to the 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(s) requested by a prospective Bidder, may modify the Bidding Documents by amendment(s). All prospective Bidders that have received the Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them. In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.

Preparation of Bids

13. Language of Bids.

All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written either in English or Urdu or both languages. 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 or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence. 14. Documents comprising the Bids.

The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section IV. The Bidder shall complete the Bid Forms indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price. 15. Bid Price.

The Bidder should quote the prices of goods according to the technical specifications as provided in Section II of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. The Bidder is required to offer a competitive price. All prices must include the General Sale’s 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 taxes and duties shall be passed on to the Procuring Agency. Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid. While making a price quote, 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. 16. Bid Currencies.

Prices shall be quoted in Pak Rupees. 17. Samples.

The Bidder shall provide samples of quoted goods along with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Section II. However the samples of cold chain maintenance will be called on later at the time of technical evaluation of the bids. 18. Documentation on Eligibility of Bidders.

Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

Page 8: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

8

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 an eligible bidder.

(a) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license /registration

certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be

provided.

(b) 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.

(c) 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.

(d) The bidder should have minimum one-year experience in the market. 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.

(e) 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.

(f) The bidder must indicate the registration number, make of country of origin / Manufacturer of the drugs, capacity of

production of the firm, its financial status, batch capacity, 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.

(g) The bidder shall provide a list of plant, major machinery and equipment installed in the factory. In case of imported Drugs / Medicines, the profile / credentials of the foreign Manufacturer in the respective foreign country, shall be provided along with bid. 19. Documentation on Eligibility of Goods.

The Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract. 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. Submission of sample:

a) The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples. b) The representative sample(s) must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976. 20. Bid Security.

The Bidder shall furnish, as part of its bid, a Bid Security 2% in the amount specified in the Bid. Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids. The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security. The bid Security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity; Or (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security (if any). 21. Bid Validity.

Bids shall remain valid for the period of one year 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. 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 respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. 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

Page 9: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

9

(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. 22. Format and Signing of Bids. The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, he will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid. The original 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 form. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

Submission of Bids

23. Sealing and Marking of Bids.

The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall:

(a) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

(b) Bid Reference No. indicated in the Invitation for Bid, and a statement: “DO NOT OPEN BEFORE,” the time and the

date specified in the Bid for opening of Bids.

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”. In case the Bidder is bidding for more than one item, they will have to prepare separate price schedule for each item, seal them in separate envelops with naming of items. Envelops of each individual items will further be sealed in one envelope marked as “Financial Proposal”. This arrangement will enable the Procuring Agency to return bid related to any item of any Bidder unopened in case the item is declared as ineligible or non-responsive. If the outer as well as inner envelope is not sealed and marked as required by above the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 24. Deadline for Submission of Bids

Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid. Bids received later than the time and date specified in the Bid will stand summarily rejected. The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, 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. 25. Late Bids

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 Bidder. 26. 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 period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder.

Page 10: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

10

Opening and Evaluation of Bids

27. Opening of Bids by the Procuring Agency.

All bids received, shall be opened by the Procuring Agency publically in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid invitation. The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid invitation. All Bidders in attendance shall sign an attendance sheet. The Procuring Agency shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, items bided for and unit prices and total amount of the Bid (if applicable). The Procuring Agency may choose to announce any other details which it deems appropriate if not in conflict with the

Punjab PPR- 2014(amended), specifically Rule 30(Opening of Bids)

The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to

the Bidder

The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s). 28. 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. 29. Preliminary Examination.

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. In the financial bids the arithmetical errors shall be rectified on the following basis.

a) 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.

b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited.

c) If there is a discrepancy between words and figures, the amount in words shall prevail. 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. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, 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 Laws, Taxes & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial 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. 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. 30. Evaluation and Comparison of Bids.

The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive. All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these bidding documents. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 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.

Page 11: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

11

31. Qualification of Bidder

The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding. The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily. The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. An affirmative determination shall be a prerequisite 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. The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 32. Evaluation Criteria:

For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances,

previous Drugs Testing Laboratory, test / analysis reports, inspection of plant / factory /premises, previous experience,

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 weighing evaluation factors/ criteria can be applied

for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation

Report.

i) The firm must have minimum experience of one year, in supply of the relevant product with good performance

certificate. The more experience the higher marks criteria shall apply. Medicine/surgical disposable items related to

covid-19, which are available in market or coming in future (till the submission date of tender) will be given relaxation

in market experience/other parameters due to covid-19 emergency.

ii) Financial status of the firm would be derived from the transactions of bank statement and debt. The minimum

financial worth is Rs. 150 million. Financially sound party with excellent business record could get higher marks.

iii) Range of marking would be based on the duration of the market availability of the product. The market availability/

rates checked from Market and at the level of District Head Quarter by the committee notified by Procuring Agency.

iv) 100% complete information according to the bid requirement may the firm able to get maximum marks

v) 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 minimum qualifying mark which is 60% for manufacturer/importer and or 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 minimum qualifying marks, the

date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is

optional.

vi) Financial proposals shall be opened publicly in the presence of the bidders’ 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.

Page 12: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

12

33 Drug Specification Performa:

This Performa with the list must be signed and attached with technical evaluation criteria for individual item quoted by the firm. 34. Rejection of Bids

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. The Procuring Agency incurs no liability, solely by virtue of its invoking towards Bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 35. Re-Bidding

If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may call for a re-bidding. The Procuring Agency, if it deems necessary may prescribe another method of procurement not inconsistent with the Punjab Procurement Rules-2014(amended). 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. 36. Announcement of Evaluation Report

The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 37 of the PPR-2014(amended) giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. 37. Contacting the Procuring Agency.

Subject to ITB Clause 28 above, no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a 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 bid evaluation is strictly prohibited. Any infringement shall lead to disqualification.

Award of Contract

38. Acceptance of Bid and Award Criteria.

The Bidder, whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Punjab Government, shall be awarded the Contract, within the original or extended period of bid validity. 39. Procuring Agency’s Right to vary quantities at the time of Award. The Procuring Agency reserves the right at the time of award of Contract to increase or decrease, the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions. 40. Notification of Award.

Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has been accepted. The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder. The enforcement of the Contract shall be governed by Rule 55 of the PPRA-2014(amended). 41. Limitation on Negotiations

Save and otherwise provided in PPRA Rule 2014(amended) procuring agency shall not negotiate with any bidder. 42. Signing of Contract.

After the completion of the Contract, the contract is to be made on judicial paper worth of Rs.@25paisa per every one hundred rupees of the total value of the contract, under section 22(A)(B) of the schedule 1 of stamp duty act 1899 read with finance act 1995,notification no.AW/HD/8-21/77(PG) DATED 1

st January 2014(amended), the Procuring

Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.

Page 13: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

13

Within ONE week of receipt of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract in accordance with the legal requirements in vogue. If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted an debarred from future participation, whether temporarily or permanently. In such situation the Procuring Agency may award the contract to the next lowest evaluated Bidder or call for new bids. The Contract shall become effective upon affixation of signature of the Procuring Agency and the selected Bidder on the Contract document, and shall be governed for ONE year period and by the terms and conditions mutually agreed in the contract. 43. Performance Guarantee.

On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee, on the Form and in the mannered prescribed by the Procuring Agency. The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee. Failure to provide a Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the Procuring Agency may award the contract to the next lowest evaluated bidder or call for new bid.

SECTION II

Schedule of Requirements: The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the procuring agency as per following schedule of requirements:-

Mode of Penalty 100% Quantity as per Purchase Order Total delivery period

Without penalty 60 days or earlier 60 days

With penalty @0.067% per day of purchase order after 60 days

After 60days and decided by concerned consignee on the formal request of supplier with proper justification.

The detail of drugs and medicines can be obtained from the office of the Purchaser during office hours. The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.

Page 14: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

14

Section III:

Evaluation Criteria (Compulsory parameters) NOTE: Failure to comply with any compulsory parameter will result in non-responsiveness of the bidder. Bidders comply with compulsory parameters will be evaluated further for marking criteria. Bid receipt No.: _____________________________________ CDR No. : ______________________________________ If attached with financial bid, the photocopy is compulsory to attaché with technical bid.

Valid Manufacturing/Drug Sales License Certificate: __________________ Letter of Authorization/Partnership deed: _________________ (Provide authorization letter with signature and stamp by director of firm along with CNIC and contact number of authorize person)

NTN No.: ___________________________________________ GST No.: __________________________________________ Valid Drug Registration Certificates of Quoted Items: _______________________ (attach list as per page # 23) Affidavit: (see page # 18, Rs. 100 stamp paper verified by notary public).

replacement of expired/substandard/unconsumed items

corruption& fraudulence, blacklisting, overpricing

Non declaration of spurious ,adulterated batches by DTL of Punjab/any competent lab of Quoted

items within last three year)________________

Valid GMP Certificate: ______________________________________ List of Quoted Items: _______________________________________ (see page # 23)

SIX packs of commercial samples for evaluation by technical committee.

The bidder must submit biosimiler studies data (biological and biotech products). The biosimiler study must be from DRAP approved lab or WHO/GPMHW/EMA FDA approved lab.

Note:

(Attach computerized fill Performa and Attach all the relevant documents listed above and highlight the quoted items registration numbers and the bidder must have to qualify this part of evaluation criteria.)

Page 15: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

15

Evaluation Criteria: Part B

BID EVALUATION CRITERIA FOR DRUGS/MEDICINES (FOR MANUFACTURER)

SR# DESCRIPTION MARKS FOR EVALUATION

1 BIOEQUIVALENCE STUDY REPORT

Bioequivalence study from any of the below mentioned labs: 1-WHO prequalified labs 2- Labs certified/audited by SRAs of ICH(International Conference on Harmonization) member countries. The firm will attach bio-equivalence certificate of the product).original manufacturer will be awarded full marks.

No Bioequivalence study

10

00

2- ACTIVE PHARMACEUTICAL INGREDIENT(API)SOURCE 1-Original source/Research molecule

20

20

2-Source licensed by original or accredited by FDA/WHO/EMA

15

3-Other source

10

3- FINANCIAL CAPACITY OF THE BIDDER ANNUAL TURNOVER OF LAST FINANCIAL YEAR 2500 MILLION OR ABOVE

20

20

BETWEEN 2000-------2500 MILLION 15

BETWEEN 1000-------2000 MILLION 10

LESS THAN 1000 MILLION THE bidder shall provide requisite documents i.e. FBR documents showing the Annual sale of the firm.

05

4- EXPERIENCE OF THE QUOTED PRODUCT FROM LAST 3 YEAR Supply of the quoted product equivalent or higher than the advertised quantity in the private sector only

20

20

Supply of the quoted product equivalent or higher than the advertised quantity in the private& public sector only

13

Supply of the quoted product at least 60% of the advertised quantity in the private& public sector only

06

Supply of the quoted product at least 60% of advertised quantity in the public sector only The bidder shall provide verifiable documentary evidences like commercial invoices along with a summary of the sale of the quoted product, purchase orders & delivery challan. The bidder shall also provide batch manufacturing record of the product.

03

Total marks: 70

Qualifying marks: 42 out of 70 (60%)

The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically nonresponsive shall be returned un-opened to the respective Bidders& for the items where bioequivalence criteria not applicable, the bidder will be evaluated on rest of parameters and qualifying marks will be 60%.

Page 16: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

16

EVALUATION CRITERIA DRUGS/MEDICINES (FOR SOLE AGENTS)

SR# DESCRIPTION CATEGORY

POINTS GRAND TOTAL

1- BIDDER&MAUFACTURER RELATIONSHIP Sole agent certification from manufacturer Less than one year will not be considered.

20

Up to 2 years 05

Up to 5 years 10

More than 5years 20

2- Local market business How many years the quoted product is being marketed in Pakistan? Less than one year will not be considered

25

Up to 2 years 05

Up to 5 years 10

Up to 9 years 20

More than 9 years 25

3- Compliance of the quality standards

20

FDA/WHO approved 20

Others 10

4- International Testing (foreign principal/manufacturer) Reports of WHO accredited International Labs performed on the product through any procuring agency

15

1-2 Labs 07

3 or more 15

5- Export of quoted product(foreign principal/manufacturer) Developed countries

20

3-5 countries 10

Above 5 countries 20

Other countries 1 mark per country 20 and above countries

20

Grand total 100

Qualifying marks 60%

Page 17: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

17

Letter of Intention Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g. Supply of Dugs and Medicines etc} To: [Name and address of Procuring Agency] Dear Sir/Madam, Having examined the bidding documents, including Agenda 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 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 above amounts are in accordance with the Price Schedules attached here with and are 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 undertake to provide a performance security/guaranty in the form, in the amounts, and within the time 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 ITB clauses 18 &19 of the bidding documents. Dated: Signed: In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 18: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

18

AFFIDAVIT

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 Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB. 4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB. 5) The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. 6) 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 and there is no over pricing. 7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. 8) The undersigned offered rates are not higher than any other institution and the items are not declared spurious/adulterated by DTL during last three years. 9) The undersigned are responsible for replacement of unconsumed/expired/substandard stock of the medicine. 10) I/We undertake that I/We will ready to pay the standard charges of testing samples by the DTLs Punjab. 11) We further undertake to provide the Batch Release lab test reports of each batch of the product on its delivery. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief. Signed:

Page 19: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

19

SECTION V:

Special Conditions of the Contract AGREEMENT

THIS CONTRACT is made on day of 2021, between the Purchaser of the First Part and M/s (firm

name) a firm registered under the laws of Pakistan and 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 invited bids for procurement of goods, in pursuance whereof 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 Purchaser has accepted the bid by the Supplier; NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:- a. the Technical Specifications

b. the General Conditions of Contract 2. Interpretation: 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”: 3. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless amended by mutual consent. 4. The Supplier declares as under: i. [Name of 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 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. ii. 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 Punjab, except that which has been expressly declared pursuant hereto. iii. [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 Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. iv. [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 available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency. v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] 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 [The 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 Procuring Agency.

Page 20: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

20

vi. 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. 5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder. (ii) Each Items supplied shall strictly conform to the Schedule of Requirements and to the Technical Specification prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule is inclusive of all taxation and costs associated with transportation and other agreed incidental costs. 6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items 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. 7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name] 8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at Annex F. 9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a Performance Guarantee equivalent to 05% of the total Contract amount on the prescribed format and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract. 10. Penalties/ Liquidated Damages.

i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in

the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall stand cancelled.

ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited. iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation. iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier. 11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: [insert: name of office ] [insert: name of officer ] [insert: postal address ] [insert: telephone number, indicate country and city code ] [insert: facsimile or cable number or e-mail address ]

Page 21: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

21

For the Supplier:

______________________________________________________________________________________________

______________________________________________________________________________________________

________________________________________________________________

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. Signed/ Sealed: For the Purchaser. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Signed/ Sealed: For the Manufacturer/ Authorized Agent. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Technical Specifications and Ancillary Services a). Product Specifications. (Detailed technical specifications, given in Section II, will be followed) b). Labeling and Packing

i. The manufacturer shall follow the Drugs (Labeling and Packing) Rules 1986, framed under the Drugs Act, 1976.

ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps. c) Additional instructions for packing i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including coloration of medicines) of the Drug for human consumption etc. in accordance with the Drug Act, 1976 on judicial paper. ii. The bidder shall supply the drugs/medicines in special green packing with Logo of the Government of Punjab. The following wording/insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.

“DHQ/TEACHING HOSPITAL GUJRANWALA PROPERTY” “NOT FOR SALE”

iii. After signing of the Contract, the Supplier shall submit the samples of finished medicines in accordance with the above instructions for approval of the procuring agency and all subsequent supplies must be in accordance with the approved samples.

Page 22: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

22

d). Shelf life

i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs. ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall

in shelf life below prescribed limit for locally manufactured and imported medicines respectively.

iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70% will be accepted without

penalty charges and up to 60% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed

limit”

e). Testing/Verification Procedures

i. After delivery of drugs and medicines at the Purchaser’s premises, the Purchaser shall send the samples from each

batch to the Drugs Testing Laboratory, Punjab for testing. The Inspection Committee constituted by the Purchaser

shall inspect the quantity, specifications of goods after receipt of standard quality report from DTL concerned. The cost

of the lab tests shall be borne by the Supplier and the cost of DTL testing of medicines will be borne by the supplier if

there is any problem in efficacy of medicines at any time.

ii. In case of substandard report of any batch, the Supplier has the right to go for appellate laboratory. If it is again

declared substandard, the Supplier will be intimated and they will be bound to resupply the entire fresh stock of that

batch free of cost within the reasonable time period to be intimated by the purchaser but not later than 21 days (three

weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. At the

parallel, the case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act 1976 and

disposal of substandard stocks.

iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it is

declared of standard quality by DTL, if found not according to the approved sample and other technical specifications

like packaging, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the

unconsumed expired stores without any further charges.

f). Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent their damage or

deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the

Schedule of Requirement

ii. All costs associated with the transportation including loading/unloading of drugs and medicines and road taxes shall

be borne by the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.

Page 23: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

23

Annex Drug Specification Performa (List must be signed and attached with T.E) Name of manufacturer: Address of the manufacturer:

Sr#

Tender#

Item#

Generic name Offered brand name

Drug registration

Dosage form

Packing offered

MRP T.P

Name and sign: ______________________________________ Designation: _________________________________________ Stamp: ______________________________________________

Page 24: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

24

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 Purchaser (provincial and district Health department) and the Supplier, as recorded in the Agreement 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 all those supplies which the Supplier is required to supply to the Purchaser under the

Contract.

(d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods up to the desired destinations 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 Special Conditions of the Contract. (g) “The Purchaser” means the procuring agency.

(h) “The Supplier” means the individual or firm 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. Source of Import 3.1 All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services. 3.2 For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing. 4. Standards

4.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

4.2 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in

conformity in all respects with the provisions of this Contract.

4.3 If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which

will be purchased by the procuring agency) the price difference shall be paid by the Supplier.

4.4 In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or incineration 5. Use of Contract Documents and Information

5.1 The Supplier shall not, without the Purchaser’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 Purchaser

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 Purchaser’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

Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the

Contract if so required by the Purchaser.

5.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance

of the Supplier.

Page 25: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

25

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser 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 Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be. 8. Ensuring storage arrangements

8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least 0ne (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay. 9. Inspections and Tests

9.1 The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. 9.2 All costs associated with testing shall be borne by the Supplier.

9.3 The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at

Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the

goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods

delivery from the point of Supply or manufacturing.

9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Delivery and Documents

10.1 The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make

delivery of the goods.

10.2 The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of

delivery and in the manner prescribed.

10.3 The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the

buyer after the Goods having been delivered;

11. Insurance 11.1The supplier shall be solely responsible for Insurance of the Goods subject to the contract. 12. Transportation

12.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier. 13. Incidental Services

13.1 The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid price. 14. Warranty

14.1 All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in

the SCC.

14.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. 15. Payment

15.1 The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment

Schedule agreed and annexed to this contract.

15.2 The currency of payment shall be Pakistan Rupee. 16. Prices

Page 26: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

26

16.1 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 the expiry of the contract unless the Parties to this contract mutually agree to vary the prices. 17. Contract Amendments

17.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 18. Assignment The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent. 19. Subcontracts The Supplier shall not be allowed to sublet and award subcontracts under this Contract. 20. Delays in the Supplier’s Performance

20.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the

Purchaser in the Schedule of Requirements.

20.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of

the goods; the Supplier shall promptly notify the Purchaser 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 Purchaser shall evaluate the situation and

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 Parties by an amendment to the Contract.

20.3 Except as provided under GCC Clause 20, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time. 21. Termination for Default

21.1 The Purchaser, 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 and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC

Clause 20; or

(b) If the Supplier fails to perform any other obligation(s) under the Contract.

(c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 22. Force Majeure

22.1 Notwithstanding the provisions of GCC Clauses 20 and 21, the Supplier shall not be liable for forfeiture of its

Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s 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 Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight

embargoes.

22.2 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and

valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all

reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its

findings promptly.

22.3 Unless Purchaser informs the Supplier in writing of its agreement on the application of force majeure, 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.

23. Termination for Insolvency

23.1 The Purchaser 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

Page 27: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

27

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.

24. Arbitration and Resolution of Disputes

24.1 The Purchaser 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.

24.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser 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.

24.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration under the Arbitration Act of 1940 (As amended from time to time).

25. Governing Language

25.1 The Contract shall be written in English language. Subject to GCC Clause 26, 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.

26. Applicable Law

26.1 This Contract shall be governed by the Laws of Pakistan and the courts of Gujranwala shall have exclusive

jurisdiction.

27. Notice

27.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and

on the others address specified in SCC.

27.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

28. Taxation

28.1 All taxation, whether International, Federal, Provincial or local, shall be borne by the Supplier.

29. Replacement of Expired/Substandard/Unconsumed/Banned/Adulterated Drugs

29.1 Expired/substandard/unconsumed/banned/adulterated drugs/medicines will be governed by the drug act 1976,

suppliers/manufacturers will also furnish warranty certificate on legal stamp paper of Rs.20/ at the time of delivery.

That the firm will replace unconsumed/expired/substandard/banned/adulterated drugs without any further charges.

The replacement will be made as per following instructions:

a) Expired medicines/drugs should be destroyed by the inspection team constituted by the Medical Superintendent

DHQ/Teaching Hospital Gujranwala in the presence of representative of the firm.

b) Replacement of expired/substandard etc medicines would be made either with the same drugs in its quantity or if

the same drugs are not needed the other medicine from PVMS list would be accepted at the same amount of that

medicine.

c) Regarding the price to be charged for such replacement, if the firm has concluded the contract with this hospital for

the said drug, it would replace such drug on the same price on which rate contract has been finalized .in case the

replacement is to be made by the firm with non-tender item, the price would be determined on the basis of MRP minus

15%(as discount) or the price fixed by the firm whichever is less.

d) In case drugs/medicines required to be replaced are no longer being acceptable medicine, the firm would refund

the amount due.

Page 28: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

28

DEMAND FOR DIALYSIS ITEMS DHQ/TEACHING HOSPITAL

GUJRANWALA (2021-22)

Sr.

No. Name of Drug/Medicines

Specification (Clear &

Unambiguous)

Estimated

Unit Price

Final

Forcasted

Demand

2021-22

Amount

1 Inj. Erythropoetin Alpha

4000 IU/ml,pack of 100 or

less packed in carton with

leaflet.

287 15000 4305000

2 Inj. Erythropoetin Beta 5000IU, pack of 100 or less

packed in carton with leaflet. 600 9000 5400000

3 Bicarbonate haemodialysis

solution, pack of 5 liters or less. 219.7 20000 4394000

4 Soln.Disinfectant for

dialysis pack of 5L or less 4285 200 857000

5

RO Dosing chemical

mixture of polycarboxylic

acid and phosphonic acid

dervatives

,pack of 5lit.or less. 8500 100 850000

6 Dialyzers

adults,Surface area 1.6m2,

1.7m2, 1.8m2, 1.9m2, pack of

30 or less.

965 28000 27020000

7

Blood tubing set with

double fluid barrier and

pre pmp arterial line.

adults, pack of 30 or less. 250 28000 7000000

8 AVF fistula needle with

fixed wings

size 16, individually packed,

pack of 50 pieces. 30 28000 840000

9 dialysis catheter Double

lumen individually pack, pack of 5. 3260 2000 6520000

Total Estimated Price 57186000

Page 29: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

29

BIDDING DOCUMENTS FOR PROCUREMENT OF DRUGS

/MEDICINES BY OPEN COMPETITIVE BIDDING FOR

FINANCIAL YEAR 2021-22.

(DHQ/TEACHING HOSPITAL GUJRANWALA)

Page 30: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

30

BID PAPERS (CHECK LIST)

22. INDEX AND PAGE MARKING CERTIFICATE BY THE BIDDER (COMPULSORY AND SUBMIT AT THE

TIME OF TENDER DOCUMENTS SUBMISSION) A / NA

23. INVITATION OF BID

24. BIDDING DOCUMENTS DULLY SIGNED AND STAMPED BY THE BIDDER

25. CDR

26. ORIGINAL PURCHASED RECEIPT OF BIDDING DOCUMENTS

27. ATTESTED COPY OF CNIC

28. AUTHORITY LETTER ON LETTER HEAD SIGNED AND STAMPED BY THE CHAIRPERSON/MD OF THE

FIRM

29. AFFIDAVIT

30. VALID DRUG MANUFACTURING /SALES LICENSE FOR MEDICINES

31. VALID DRUG REGISTRATION CERTIFICATES

32. BIOEQUIVALENCE STUDY REPORT (IF APPLICABLE)

33. VALID GOOD MANUFACTURING PRACTICES CERTIFICATE

34. INCOME TAX REGISTRATION CERTIFICATE

35. INCOME TAX RETURNS LAST TWO YEARS

36. SALES TAX REGISTRATION CERTIFICATE

37. API SOURCE

38. FINANCIAL CAPACITY

39. EXPERIENCE OF THE PRODUCTS

40. FDA/WHO STANDARD LETTERS

41. EXPORT OF QUOTED PRODUCTS

42. FRESH SAMPLES OF QUOTED ITEMS

Page 31: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

31

INDEX CERTIFICATE/ BID COVER SHEET Bid Ref. No. ------------------------ Date---------------------------- Name of the Supplier/Firm Contractor: ---------------------------------------------------------------------------------------- Designation and CNIC NO.: ----------------------------------------------------------------------------------------------------- Mailing Address of the firm: ------------------------------------------------------------------------------------------------------- ----------------------------------------------------------------------------------------------------------------------------- --------------- E-mail:_____________________ Phone No. of the firm /sole agent: __________________________ Fax No.: ________________________ I do hereby certify on behalf of M/S_____________________________ that the bidding documents submitted for the

tender of __________________________ contains total pages _________________. Moreover, the page marking is

done and index has been prepared which is marked as page No.____.

List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No and the name of the Items selected for Bidding. Use additional Sheets if Required)

Sr.# Name of Item

Six samples of each quoted items.

For thermo labile drugs, batch wise cold chain data from source of origin to consignee’s end at the time of supply.

Signed/stamped Dated:

Note :( This form will be submitted by the manufacturer/sole agent at the time of submission of bid and attach NIC

copy. Without this form no bid will be accepted and if documents are not prepared as per index its bid will not be evaluated technically. The firm has to submit a tap binding bids.)

Page 32: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

32

Invitation for Bids(Financial Year 2021-22) Procurement of Drugs and Medicines items: 1. Management of District Headquarter/Teaching Hospital Gujranwala invites sealed bids to conclude the framework contract from the manufacturers, importers/sole agents of foreign principals for procurement of Drugs/Medicines etc. to meet the requirement of this institution on free delivery basis to consignee’s end basis. Detailed description of Drugs/Medicines etc. is given in the Bidding Documents. 2. Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of nonrefundable fee of Rs. 2000/-. Bidding Documents shall be issued only during office hours. 3. Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per Rule 38 of Punjab PPRA-2014 (amended). 4. Bids must be delivered at or before on 10-09-2021 at 11:00 am .Bid security of 2% of quoted item (refundable) in the shape of call deposit receipt required to be supported with the financial bid. Late bids will be rejected. Bids will be opened in the same day at 11:30 am in the presence of the bidders or representatives. 5. The Bidders are requested to give their best and final prices. Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules 2014(amended).

-SD-

MEDICAL SUPERINTENDENT DHQ/TEACHING HOSPITAL GUJRANWALA

Page 33: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

33

Section 1: 1. Scope of Bid

The DHQ/Teaching Hospital Gujranwala invites sealed bids from firms to conclude the framework contract for supply of Drugs/Medicines to meet the requirement of this institution specified in the Schedule of Requirements along with Technical Specifications. 2. Source of Funds

The Government of Punjab has allocated funds to the institution/Hospitals for purchase of Drugs/Medicines, and other items under the relevant head of Account during the Financial Year 2021-22 3. Eligible Bidders

This Invitation for Bids is open to all original manufacturers and in case of imported goods their sole agents in Pakistan notified by the government as prequalified under rule 16(11) of PPRA 2014(amended) for the procuring agencies of SPECIALIZED HEALTHCARE & MEDICAL EDUCATION department for the year 2021-22 for supply of Goods more specifically described in the Schedule of Requirement. The manufacturer’s representative and sole agent must possess valid authorization from the Manufacturer and shall have to submit a copy of Memorandum of Association/ Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof to the effect that they are the original Manufacturer of the required specifications of Goods. Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE and the bidder should provide an affidavit on legal stamp paper of Rs.100/- for this purpose. The bidder should be debarred from bid on account of submission of false statement. 4. Corruption and Fraud:

The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time. 4.1 The following are the events which would lead to initiate under the PPRA Rule 2014(amended) Blacklisting/debarment process. i- Submission of false fabricated/forged documents for procurement in tender.

ii- not attaining required quality of work

iii- inordinate tardiness in accomplishment of assigned/agreed responsibilities/contractual obligations resulting loss to

procuring agency.

iv- non execution of work as per term and condition of contract.

v-any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public

procurement process

vi- involvement of any tender fixing

vii- persistent an intentional violation of important conditions of contract

viii- non adherence to the quality standards

ix- security consideration of the state

5. Eligible Goods and Services.

All goods and related services to be supplied under the contract shall conform to the policies of the Government of Punjab in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes 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 ancillary services such as transportation, insurance, after sale service etc. 6. 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 conduct or outcome of the bidding process.

Page 34: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

34

7. Bidding for Selective Items. A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements. However, Bidders cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT.

The Bidding Procedure

8. The Governing Rules.

The Bidding procedure shall be governed by the Punjab Procurement Rules, 2014(amended) of the Government of Punjab. 9. Applicable Bidding Procedure.

The bidding procedure is governed by Rule 38 “Procedures of Open Competitive Bidding” “Single stage – Two

Envelop procedure”. 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; 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. ix) The financial proposal of bids found technically non-responsive shall be returned unopened to the respective Bidders; and x) The bid found to be the lowest evaluated bid shall be accepted.

The Bidding Documents

10. Contents of the Bidding Documents

The goods required, applicable 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) Schedule of Requirement. (c) Technical Specifications. (d) Evaluation Criteria. (e) Bid Forms i) Letter of Intention ii) Affidavit iii) Technical Forms (f) General Conditions of the Contract (g) Special Conditions of Contract, (h) Draft Contract.

The “Invitation for Bids” is not a formal 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 Bidding Documents shall take precedence. 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.

Page 35: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

35

11. Clarification(s) on Bidding Documents.

A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Bid. The Procuring Agency shall respond in writing to any request for clarification(s) 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. 12. Amendment(s) to the 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(s) requested by a prospective Bidder, may modify the Bidding Documents by amendment(s). All prospective Bidders that have received the Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them. In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.

Preparation of Bids

13. Language of Bids.

All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written either in English or Urdu or both languages. 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 or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence. 14. Documents comprising the Bids.

The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section IV. The Bidder shall complete the Bid Forms indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price. 15. Bid Price.

The Bidder should quote the prices of goods according to the technical specifications as provided in Section II of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. The Bidder is required to offer a competitive price. All prices must include the General Sale’s 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 taxes and duties shall be passed on to the Procuring Agency. Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid. While making a price quote, 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. 16. Bid Currencies.

Prices shall be quoted in Pak Rupees. 17. Samples.

The Bidder shall provide samples of quoted goods along with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Section II. However the samples of cold chain maintenance will be called on later at the time of technical evaluation of the bids. 18. Documentation on Eligibility of Bidders.

Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

Page 36: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

36

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 an eligible bidder.

(a) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license /registration

certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be

provided.

(b) 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.

(c) 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.

(d) The bidder should have minimum one-year experience in the market. 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.

(e) 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.

(f) The bidder must indicate the registration number, make of country of origin / Manufacturer of the drugs, capacity of

production of the firm, its financial status, batch capacity, 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.

(g) The bidder shall provide a list of plant, major machinery and equipment installed in the factory. In case of imported Drugs / Medicines, the profile / credentials of the foreign Manufacturer in the respective foreign country, shall be provided along with bid. 19. Documentation on Eligibility of Goods.

The Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract. 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. Submission of sample:

a) The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples. b) The representative sample(s) must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976. 20. Bid Security.

The Bidder shall furnish, as part of its bid, a Bid Security 2% in the amount specified in the Bid. Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids. The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security. The bid Security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity; Or (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security (if any). 21. Bid Validity.

Bids shall remain valid for the period of one year 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. 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 respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. 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

Page 37: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

37

(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. 22. Format and Signing of Bids. The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, he will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid. The original 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 form. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

Submission of Bids

23. Sealing and Marking of Bids.

The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall:

(a) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

(b) Bid Reference No. indicated in the Invitation for Bid, and a statement: “DO NOT OPEN BEFORE,” the time and the date specified in the Bid for opening of Bids.

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”. In case the Bidder is bidding for more than one item, they will have to prepare separate price schedule for each item, seal them in separate envelops with naming of items. Envelops of each individual items will further be sealed in one envelope marked as “Financial Proposal”. This arrangement will enable the Procuring Agency to return bid related to any item of any Bidder unopened in case the item is declared as ineligible or non-responsive. If the outer as well as inner envelope is not sealed and marked as required by above the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 24. Deadline for Submission of Bids

Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid. Bids received later than the time and date specified in the Bid will stand summarily rejected. The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, 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. 25. Late Bids

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 Bidder. 26. 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 period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder.

Page 38: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

38

Opening and Evaluation of Bids

27. Opening of Bids by the Procuring Agency.

All bids received, shall be opened by the Procuring Agency publically in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid invitation. The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid invitation. All Bidders in attendance shall sign an attendance sheet. The Procuring Agency shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, items bided for and unit prices and total amount of the Bid (if applicable). The Procuring Agency may choose to announce any other details which it deems appropriate if not in conflict with the

Punjab PPR- 2014(amended), specifically Rule 30(Opening of Bids)

The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to

the Bidder

The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s). 28. 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. 29. Preliminary Examination.

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. In the financial bids the arithmetical errors shall be rectified on the following basis.

a) 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.

b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited.

c) If there is a discrepancy between words and figures, the amount in words shall prevail. 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. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, 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 Laws, Taxes & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial 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. 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. 30. Evaluation and Comparison of Bids.

The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive. All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these bidding documents. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 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.

Page 39: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

39

31. Qualification of Bidder

The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding. The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily. The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. An affirmative determination shall be a prerequisite 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. The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 32. Evaluation Criteria:

For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances,

previous Drugs Testing Laboratory, test / analysis reports, inspection of plant / factory /premises, previous experience,

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 weighing evaluation factors/ criteria can be applied

for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation

Report.

i) The firm must have minimum experience of one year, in supply of the relevant product with good performance

certificate. The more experience the higher marks criteria shall apply. Medicine/surgical disposable items related to

covid-19, which are available in market or coming in future (till the submission date of tender) will be given relaxation

in market experience/other parameters due to covid-19 emergency.

ii) Financial status of the firm would be derived from the transactions of bank statement and debt. The minimum

financial worth is Rs. 150 million. Financially sound party with excellent business record could get higher marks.

iii) Range of marking would be based on the duration of the market availability of the product. The market availability/

rates checked from Market and at the level of District Head Quarter by the committee notified by Procuring Agency.

iv) 100% complete information according to the bid requirement may the firm able to get maximum marks

v) 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 minimum qualifying mark which is 60% for manufacturer/importer and or 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 minimum qualifying marks, the

date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is

optional.

vi) Financial proposals shall be opened publicly in the presence of the bidders’ 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.

Page 40: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

40

33 Drug Specification Performa:

This Performa with the list must be signed and attached with technical evaluation criteria for individual item quoted by the firm. 34. Rejection of Bids

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. The Procuring Agency incurs no liability, solely by virtue of its invoking towards Bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 35. Re-Bidding

If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may call for a re-bidding. The Procuring Agency, if it deems necessary may prescribe another method of procurement not inconsistent with the Punjab Procurement Rules-2014(amended). 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. 36. Announcement of Evaluation Report

The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 37 of the PPR-2014(amended) giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. 37. Contacting the Procuring Agency.

Subject to ITB Clause 28 above, no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a 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 bid evaluation is strictly prohibited. Any infringement shall lead to disqualification.

Award of Contract

38. Acceptance of Bid and Award Criteria.

The Bidder, whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Punjab Government, shall be awarded the Contract, within the original or extended period of bid validity. 39. Procuring Agency’s Right to vary quantities at the time of Award. The Procuring Agency reserves the right at the time of award of Contract to increase or decrease, the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions. 40. Notification of Award.

Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has been accepted. The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder. The enforcement of the Contract shall be governed by Rule 55 of the PPRA-2014(amended). 41. Limitation on Negotiations

Save and otherwise provided in PPRA Rule 2014(amended) procuring agency shall not negotiate with any bidder. 42. Signing of Contract.

After the completion of the Contract, the contract is to be made on judicial paper worth of Rs.@25paisa per every one hundred rupees of the total value of the contract, under section 22(A)(B) of the schedule 1 of stamp duty act 1899 read with finance act 1995,notification no.AW/HD/8-21/77(PG) DATED 1

st January 2014(amended), the Procuring

Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.

Page 41: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

41

Within ONE week of receipt of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract in accordance with the legal requirements in vogue. If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted an debarred from future participation, whether temporarily or permanently. In such situation the Procuring Agency may award the contract to the next lowest evaluated Bidder or call for new bids. The Contract shall become effective upon affixation of signature of the Procuring Agency and the selected Bidder on the Contract document, and shall be governed for ONE year period and by the terms and conditions mutually agreed in the contract. 43. Performance Guarantee.

On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee, on the Form and in the mannered prescribed by the Procuring Agency. The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee. Failure to provide a Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the Procuring Agency may award the contract to the next lowest evaluated bidder or call for new bid.

SECTION II

Schedule of Requirements: The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the procuring agency as per following schedule of requirements:-

Mode of Penalty 100% Quantity as per Purchase Order Total delivery period

Without penalty 60 days or earlier 60 days

With penalty @0.067% per day of purchase order after 60 days

After 60days and decided by concerned consignee on the formal request of supplier with proper justification.

The detail of drugs and medicines can be obtained from the office of the Purchaser during office hours. The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.

Page 42: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

42

Section III:

Evaluation Criteria (Compulsory parameters) NOTE: Failure to comply with any compulsory parameter will result in non-responsiveness of the bidder. Bidders comply with compulsory parameters will be evaluated further for marking criteria. Bid receipt No.: _____________________________________ CDR No. : ______________________________________ If attached with financial bid, the photocopy is compulsory to attaché with technical bid.

Valid Manufacturing/Drug Sales License Certificate: __________________ Letter of Authorization/Partnership deed: _________________ (Provide authorization letter with signature and stamp by director of firm along with CNIC and contact number of authorize person)

NTN No.: ___________________________________________ GST No.: __________________________________________ Valid Drug Registration Certificates of Quoted Items: _______________________ (attach list as per page # 23) Affidavit: (see page # 18, Rs. 100 stamp paper verified by notary public).

replacement of expired/substandard/unconsumed items

corruption& fraudulence, blacklisting, overpricing

Non declaration of spurious ,adulterated batches by DTL of Punjab/any competent lab of Quoted

items within last three year)________________

Valid GMP Certificate: ______________________________________ List of Quoted Items: _______________________________________ (see page # 23)

SIX packs of commercial samples for evaluation by technical committee.

The bidder must submit biosimiler studies data (biological and biotech products). The biosimiler study must be from DRAP approved lab or WHO/GPMHW/EMA FDA approved lab.

Note:

(Attach computerized fill Performa and Attach all the relevant documents listed above and highlight the quoted items registration numbers and the bidder must have to qualify this part of evaluation criteria.)

Page 43: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

43

Evaluation Criteria: Part B

BID EVALUATION CRITERIA FOR DRUGS/MEDICINES (FOR MANUFACTURER)

SR# DESCRIPTION MARKS FOR EVALUATION

1 BIOEQUIVALENCE STUDY REPORT

Bioequivalence study from any of the below mentioned labs: 1-WHO prequalified labs 2- Labs certified/audited by SRAs of ICH(International Conference on Harmonization) member countries. The firm will attach bio-equivalence certificate of the product).original manufacturer will be awarded full marks.

No Bioequivalence study

10

00

2- ACTIVE PHARMACEUTICAL INGREDIENT(API)SOURCE 1-Original source/Research molecule

20

20

2-Source licensed by original or accredited by FDA/WHO/EMA

15

3-Other source

10

3- FINANCIAL CAPACITY OF THE BIDDER ANNUAL TURNOVER OF LAST FINANCIAL YEAR 2500 MILLION OR ABOVE

20

20

BETWEEN 2000-------2500 MILLION 15

BETWEEN 1000-------2000 MILLION 10

LESS THAN 1000 MILLION THE bidder shall provide requisite documents i.e. FBR documents showing the Annual sale of the firm.

05

4- EXPERIENCE OF THE QUOTED PRODUCT FROM LAST 3 YEAR Supply of the quoted product equivalent or higher than the advertised quantity in the private sector only

20

20

Supply of the quoted product equivalent or higher than the advertised quantity in the private& public sector only

13

Supply of the quoted product at least 60% of the advertised quantity in the private& public sector only

06

Supply of the quoted product at least 60% of advertised quantity in the public sector only The bidder shall provide verifiable documentary evidences like commercial invoices along with a summary of the sale of the quoted product, purchase orders & delivery challan. The bidder shall also provide batch manufacturing record of the product.

03

Total marks: 70

Qualifying marks: 42 out of 70 (60%)

The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically nonresponsive shall be returned un-opened to the respective Bidders& for the items where bioequivalence criteria not applicable, the bidder will be evaluated on rest of parameters and qualifying marks will be 60%.

Page 44: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

44

EVALUATION CRITERIA DRUGS/MEDICINES (FOR SOLE AGENTS)

SR# DESCRIPTION CATEGORY

POINTS GRAND TOTAL

1- BIDDER&MAUFACTURER RELATIONSHIP Sole agent certification from manufacturer Less than one year will not be considered.

20

Up to 2 years 05

Up to 5 years 10

More than 5years 20

2- Local market business How many years the quoted product is being marketed in Pakistan? Less than one year will not be considered

25

Up to 2 years 05

Up to 5 years 10

Up to 9 years 20

More than 9 years 25

3- Compliance of the quality standards

20

FDA/WHO approved 20

Others 10

4- International Testing (foreign principal/manufacturer) Reports of WHO accredited International Labs performed on the product through any procuring agency

15

1-2 Labs 07

3 or more 15

5- Export of quoted product(foreign principal/manufacturer) Developed countries

20

3-5 countries 10

Above 5 countries 20

Other countries 1 mark per country 20 and above countries

20

Grand total 100

Qualifying marks 60%

Page 45: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

45

Letter of Intention Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g. Supply of Dugs and Medicines etc} To: [Name and address of Procuring Agency] Dear Sir/Madam, Having examined the bidding documents, including Agenda 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 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 above amounts are in accordance with the Price Schedules attached here with and are 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 undertake to provide a performance security/guaranty in the form, in the amounts, and within the time 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 ITB clauses 18 &19 of the bidding documents. Dated: Signed: In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

Page 46: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

46

AFFIDAVIT

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 Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB. 4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB. 5) The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. 6) 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 and there is no over pricing. 7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. 8) The undersigned offered rates are not higher than any other institution and the items are not declared spurious/adulterated by DTL during last three years. 9) The undersigned are responsible for replacement of unconsumed/expired/substandard stock of the medicine. 10) I/We undertake that I/We will ready to pay the standard charges of testing samples by the DTLs Punjab. 11) We further undertake to provide the Batch Release lab test reports of each batch of the product on its delivery. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief. Signed:

Page 47: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

47

SECTION V:

Special Conditions of the Contract AGREEMENT

THIS CONTRACT is made on day of 2021, between the Purchaser of the First Part and M/s (firm

name) a firm registered under the laws of Pakistan and 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 invited bids for procurement of goods, in pursuance whereof 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 Purchaser has accepted the bid by the Supplier; NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:- a. the Technical Specifications

b. the General Conditions of Contract 2. Interpretation: 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”: 3. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless amended by mutual consent. 4. The Supplier declares as under: i. [Name of 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 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. ii. 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 Punjab, except that which has been expressly declared pursuant hereto. iii. [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 Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. iv. [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 available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency. v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] 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 [The 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 Procuring Agency.

Page 48: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

48

vi. 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. 5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder. (ii) Each Items supplied shall strictly conform to the Schedule of Requirements and to the Technical Specification prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule is inclusive of all taxation and costs associated with transportation and other agreed incidental costs. 6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items 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. 7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name] 8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at Annex F. 9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a Performance Guarantee equivalent to 05% of the total Contract amount on the prescribed format and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract. 10. Penalties/ Liquidated Damages.

i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in

the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall stand cancelled.

ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited. iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation. iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier. 11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: [insert: name of office ] [insert: name of officer ] [insert: postal address ] [insert: telephone number, indicate country and city code ] [insert: facsimile or cable number or e-mail address ]

Page 49: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

49

For the Supplier:

______________________________________________________________________________________________

______________________________________________________________________________________________

________________________________________________________________

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. Signed/ Sealed: For the Purchaser. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Signed/ Sealed: For the Manufacturer/ Authorized Agent. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Technical Specifications and Ancillary Services a). Product Specifications. (Detailed technical specifications, given in Section II, will be followed) b). Labeling and Packing

i. The manufacturer shall follow the Drugs (Labeling and Packing) Rules 1986, framed under the Drugs Act, 1976.

ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps. c) Additional instructions for packing i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including coloration of medicines) of the Drug for human consumption etc. in accordance with the Drug Act, 1976 on judicial paper. ii. The bidder shall supply the drugs/medicines in special green packing with Logo of the Government of Punjab. The following wording/insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.

“DHQ/TEACHING HOSPITAL GUJRANWALA PROPERTY” “NOT FOR SALE”

iii. After signing of the Contract, the Supplier shall submit the samples of finished medicines in accordance with the above instructions for approval of the procuring agency and all subsequent supplies must be in accordance with the approved samples.

Page 50: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

50

d). Shelf life

i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs. ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall

in shelf life below prescribed limit for locally manufactured and imported medicines respectively.

iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70% will be accepted without

penalty charges and up to 60% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed

limit”

e). Testing/Verification Procedures

i. After delivery of drugs and medicines at the Purchaser’s premises, the Purchaser shall send the samples from each

batch to the Drugs Testing Laboratory, Punjab for testing. The Inspection Committee constituted by the Purchaser

shall inspect the quantity, specifications of goods after receipt of standard quality report from DTL concerned. The cost

of the lab tests shall be borne by the Supplier and the cost of DTL testing of medicines will be borne by the supplier if

there is any problem in efficacy of medicines at any time.

ii. In case of substandard report of any batch, the Supplier has the right to go for appellate laboratory. If it is again

declared substandard, the Supplier will be intimated and they will be bound to resupply the entire fresh stock of that

batch free of cost within the reasonable time period to be intimated by the purchaser but not later than 21 days (three

weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. At the

parallel, the case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act 1976 and

disposal of substandard stocks.

iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it is

declared of standard quality by DTL, if found not according to the approved sample and other technical specifications

like packaging, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the

unconsumed expired stores without any further charges.

f). Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent their damage or

deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the

Schedule of Requirement

ii. All costs associated with the transportation including loading/unloading of drugs and medicines and road taxes shall

be borne by the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.

Page 51: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

51

Annex Drug Specification Performa (List must be signed and attached with T.E) Name of manufacturer: Address of the manufacturer:

Sr#

Tender#

Item#

Generic name Offered brand name

Drug registration

Dosage form

Packing offered

MRP T.P

Name and sign: ______________________________________ Designation: _________________________________________ Stamp: ______________________________________________

Page 52: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

52

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 Purchaser (provincial and district Health department) and the Supplier, as recorded in the Agreement 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 all those supplies which the Supplier is required to supply to the Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods up to the desired destinations 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 Special Conditions of the Contract. (g) “The Purchaser” means the procuring agency. (h) “The Supplier” means the individual or firm 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. Source of Import 3.1 All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services. 3.2 For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing. 4. Standards

4.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

4.2 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in

conformity in all respects with the provisions of this Contract.

4.3 If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which

will be purchased by the procuring agency) the price difference shall be paid by the Supplier.

4.4 In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or incineration 5. Use of Contract Documents and Information

5.1 The Supplier shall not, without the Purchaser’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 Purchaser

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 Purchaser’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

Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.

5.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance

of the Supplier.

Page 53: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

53

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser 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 Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be. 8. Ensuring storage arrangements

8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least 0ne (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay. 9. Inspections and Tests

9.1 The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. 9.2 All costs associated with testing shall be borne by the Supplier.

9.3 The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at

Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods

delivery from the point of Supply or manufacturing.

9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Delivery and Documents

10.1 The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make

delivery of the goods.

10.2 The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of

delivery and in the manner prescribed.

10.3 The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the

buyer after the Goods having been delivered;

11. Insurance 11.1The supplier shall be solely responsible for Insurance of the Goods subject to the contract. 12. Transportation

12.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier. 13. Incidental Services

13.1 The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid price. 14. Warranty

14.1 All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in

the SCC.

14.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. 15. Payment

15.1 The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment

Schedule agreed and annexed to this contract.

15.2 The currency of payment shall be Pakistan Rupee. 16. Prices

Page 54: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

54

16.1 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 the expiry of the contract unless the Parties to this contract mutually agree to vary the prices. 17. Contract Amendments

17.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 18. Assignment The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent. 19. Subcontracts The Supplier shall not be allowed to sublet and award subcontracts under this Contract. 20. Delays in the Supplier’s Performance

20.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the

Purchaser in the Schedule of Requirements.

20.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of

the goods; the Supplier shall promptly notify the Purchaser 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 Purchaser shall evaluate the situation and 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 Parties by an amendment to the Contract.

20.3 Except as provided under GCC Clause 20, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time. 21. Termination for Default

21.1 The Purchaser, 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 and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC

Clause 20; or

(b) If the Supplier fails to perform any other obligation(s) under the Contract.

(c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 22. Force Majeure

22.1 Notwithstanding the provisions of GCC Clauses 20 and 21, the Supplier shall not be liable for forfeiture of its

Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s 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 Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight

embargoes.

22.2 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and

valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all

reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its

findings promptly.

22.3 Unless Purchaser informs the Supplier in writing of its agreement on the application of force majeure, 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.

23. Termination for Insolvency

23.1 The Purchaser 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

Page 55: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

55

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.

24. Arbitration and Resolution of Disputes

24.1 The Purchaser 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.

24.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser 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.

24.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration under the Arbitration Act of 1940 (As amended from time to time).

25. Governing Language

25.1 The Contract shall be written in English language. Subject to GCC Clause 26, 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.

26. Applicable Law

26.1 This Contract shall be governed by the Laws of Pakistan and the courts of Gujranwala shall have exclusive

jurisdiction.

27. Notice

27.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and

on the others address specified in SCC.

27.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

28. Taxation

28.1 All taxation, whether International, Federal, Provincial or local, shall be borne by the Supplier.

29. Replacement of Expired/Substandard/Unconsumed/Banned/Adulterated Drugs

29.1 Expired/substandard/unconsumed/banned/adulterated drugs/medicines will be governed by the drug act 1976,

suppliers/manufacturers will also furnish warranty certificate on legal stamp paper of Rs.20/ at the time of delivery.

That the firm will replace unconsumed/expired/substandard/banned/adulterated drugs without any further charges.

The replacement will be made as per following instructions:

a) Expired medicines/drugs should be destroyed by the inspection team constituted by the Medical Superintendent

DHQ/Teaching Hospital Gujranwala in the presence of representative of the firm.

b) Replacement of expired/substandard etc medicines would be made either with the same drugs in its quantity or if

the same drugs are not needed the other medicine from PVMS list would be accepted at the same amount of that

medicine.

c) Regarding the price to be charged for such replacement, if the firm has concluded the contract with this hospital for

the said drug, it would replace such drug on the same price on which rate contract has been finalized .in case the

replacement is to be made by the firm with non-tender item, the price would be determined on the basis of MRP minus

15%(as discount) or the price fixed by the firm whichever is less.

d) In case drugs/medicines required to be replaced are no longer being acceptable medicine, the firm would refund

the amount due.

Page 56: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

56

DEMAND FOR MEDICINE ITEMS DHQ/TEACHING HOSPITAL GUJRANWALA

(2021-22)

Sr.

No. Name of Drug/Medicines

Specification (Clear &

Unambiguous)

APPROX

RATE/UNIT

Final

Forcasted

Demand

2021-22

Amount

Drugs acting on CNS

1 Tab. Levetiracetam

250mg,pack of 100 or less

packed in carton with

leaflet.

8.9 30000 267000

2 inj. Levetiracetam

500mg/5ml pack of 10

pack in carton with leaflet 239.11 5100 1219461

3 Tab. escitalopram

10mg ,pack of 100 or

less,packed in carton with

leaflet.

2.49 160000 398400

4 Tab. resperidone

1mg blister pack of 100 or

less packed in carton with

leaflet.

2 25000 50000

5 Tab. resperidone

2mg,blister pack of 100 or

less packed in carton with

leaflet.

2.1 25000 52500

6 Tab. clonazepam

2mg blister pack of 100 or

less packed in carton with

leaflet

3.8 10000 38000

7 Tab. alprazolam

0.5mg blister pack of 100

or less packed in carton

with leaflet.

3.9 40000 156000

8 inj. haloperidol

5mg/ml amp,pack of 100

or less packed in carton

with leaflet.

15.75 1000 15750

9 cap. flouxetine hcl

25mg,blister pack of 100 or

less packed in carton with

leaflet.

3.2 30000 96000

10 Tab. Paroxitine 10mg ,pack of 100 or less 6.15 30000 184500

11 Tab. Lamotrigine 25mg, pack of 100 or less 3.8 5000 19000

12 Tab. Lamotrigine 50mg, pack of 100 or less 3.6 2500 9000

13 Tab. Lamotrigine 100 mg, pack of 100 or less 18.2 2500 45500

14 Tab quetiapine

100mg,blister pack of 100

or less.packed in carton

with leaflet.

8.2 20000 164000

15 Inj. Sodium valproate

500 mg, vial, Packed in

carton with leaflet. 129.75 20000 2595000

16

Tab. Divalproex sodium

500mg, Blister pack

Aluminium strip, pack of

100 or less, Packed in

carton with leaflet.

8.304 57000 473328

17 Tab. Carbamazepine

200 mg, Blister pack, pack

of 100 or less, Packed in

carton with leaflet.

2.92 50000 146000

18 Inj. Midazolam hcl 5mg/5ml Amp. Pack of 10 0r less

packed in carton with leaflet. 42 17200 722400

Page 57: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

57

19 Inj. i.v. Diazepam

10 mg/2ml Ampoule, box

of 100, packed in carton

with leaflet.

18 8000 144000

20 syp.sodium valproate b.p

containing valproic acid

250mg/5ml,bot.of 60ml

with pleasant

flavour,individually packed

in carton with leaflet.

122.42 4000 489680

21 syp levetiracetam

100mg/ml 60ml

individually packed in

carton with leaflet

95 2000 190000

22 Inj Phenobarbitone

200mg individually packed

in carton with leaflet 0.63 5000 3150

23 Cap/Tab pregabalin

75 mg,blister pack of 100

or less.packed in carton

with leaflet.

4.67 150000 700500

24 tab. Procyclidine

5mg, blister pack of 30 or

less. Packed in carton with

leaflet.

1.1 10000 11000

25 inj. Procyclidine

10mg, pack of 50 or less.

Packed in carton with

leaflet.

28.79 1000 28790

26 tab. Buprenorphine

0.2mg, blister pack of 30 or

less. Packed in carton with

leaflet.

7.2 10000 72000

27 inj. Buprenorphine

0.5mg, pack of 50 or less.

Packed in carton with

leaflet.

26.9 5500 147950

28 tab. Naltrexone

50mg, blister pack of 30 or

less. Packed in carton with

leaflet.

7.2 10000 72000

GENERAL ANAESTHETICS

29

Sevoflurane liquid inhalation,

bottle of 250 ml (with

brand new Tech-five

vaporizer with calibration

certifcate,back up services

and key filler as per

requirements of theaters )

7940 200 1588000

30

Isolfluarane liquid inhalation,

bottle of 100 ml (with

brand new Tech-five

vaporizer with calibration

certifcate,back up services

and key filler as per

requirements of theaters )

2100 2500 5250000

31

Inj. Atracurium Besylate

10 mg/ml 2.5ml, pack of 10

or less, packed in carton or

leaflet.(with colour coding

and thermolog data)

120 15000 1800000

32

Inj. Atracurium Besylate

10 mg/ml 3ml, pack of 10

or less, packed in carton or

leaflet.(with colour coding

and thermolog data)

135.15 20000 2703000

Page 58: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

58

33

Inj. Atracurium Besylate

10 mg/ml 5ML, pack of 10

or less, packed in carton or

leaflet.(with colour coding

and thermolog data)

160.3 25000 4007500

34 Inj. Ketamine Hcl

50 mg/ml, Ampoule of

2ml,pack in carton with

leaflet.

23.92 10000 239200

35 Inj. Suxamethonium chloride

100mg/2ml, vial/ampoule,

packed in carton with

leaflet.

25 7000 175000

36 inj Glycopyrrolate

0.2 mg 1ml,packed in

carton with leaflet. 10 3000 30000

37 inj.Neostigmine methyl

sulphate

2.5mg,packed in carton

with leaflet. 41 10000 410000

38 inj Glycopyrrolate +

Neostigmine

0.5mg + 2.5mg,packed in

carton with leaflet. 24.9 5000 124500

39 Inj.Dexmedetomidine

100 mcg/ml,packed in

carton with leaflet. 81 4000 324000

40 Inj. Propofol

200mg, Amp. Of 20ml,

pack of 5 or less, packed in

carton with leaflet.

279.4 17000 4749800

Local Anaesthetics

41 Inj. Bupivacaine Hcl, in

dextrose

0.75%, 8.25% Amp/Vial of

2ml, packed in carton with

leaflet.

19.5 17000 331500

42 Inj. Bupivacaine Hcl

0.5% Amp/Vial of 10ml,

packed in carton with

leaflet.

41 2000 82000

43 Lignocaine Gel

2% tube of 15gm.

Individually packed in

carton with leaflet.

15.9 40000 636000

44 Inj. Lignocaine

2 % Ampoule of 2 ml,

packed in carton with

leaflet.

2 10000 20000

45 inj. lignocain

2% amp of 10ml,pack of

100 or less,packed in

carton with leaflet.

10 60000 600000

46 Soln. Lignocaine

4 % 50 ml, packed in

carton with leaflet. 55 500 27500

47 inj. lignocain with adrenaline

amp of 10ml,pack of 100

or less,packed in carton

with leaflet.

2 15000 30000

Analgesics / Anti-inflammatory drugs.

48 Tab. Naproxen Sodium

500mg(basic), Blister pack,

pack of 20, packed in

carton with leaflet.

4.5 250000 1125000

49 Susp. Ibuprofen

100mg/5ml bottle of 120 ml

or less, individually packed in

carton with leaflet

27.29 25000 682250

50 Tab. Ibuprofen

200 mg, Blister pack, pack of 250

or less, packed in carton with

leaflet

0.85 250000 212500

Page 59: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

59

51 Tab. Ibuprofen

400mg, Blister pack, pack

of 250 or less, packed in

carton with leaflet

2.2 200000 440000

52 Tab. Diclofenac Sodium

50mg, Blister pack, pack of

100 or less, packed in

carton with leaflet.

0.481 1630505 784272.905

53 Inj. Diclofenac sodium

75mg/3ml pack of 100 or

less, packed in carton with

leaflet.

3.69 251500 928035

54 Inj. Paracetamol

300mg/2ml pack of 10 or

less, packed in carton with

leaflet

9.4 54000 507600

55

Inj. Paracetamol

1000mg/100ml,pack of

100 or less, packed in

carton with hanger and

drip set.

53 40000 2120000

56 Susp/syp/Elixir Paracetamol

120mg/5ml bottle of120

ml or less, individually

packed in carton.

22.22 50000 1111000

57 Tab. Paracetamol

500 mg, Blister pack, pack

of 250 or less, packed in

carton with leaflet.

0.88 1500000 1320000

58 Inj.Ketorolac Tromethamine

30 mg,packed in carton

with leaflet 15 20000 300000

59 Tab. Aspirin

75mg entericcoted, blister

pack of 30 or less, packed

in a corton with leaflet.

0.9 387915 349123.5

60 Tab. Aspirin

300mg, blister pack of 30

or less, packed in a corton

with leaflet.

1.2 50000 60000

Narcotic analgesics

61 Inj. Nalbuphine Hcl

20mg/ml, pack of 10 or

less, packed in carton with

leaflet.

29.5 25000 737500

62 Inj. Nalbuphine Hcl

10mg/ml, pack of 10 or

less, packed in carton with

leaflet.

23 70000 1610000

63 Inj. Tramadol

50mg/ml, pack of 5,

packed in carton with

leaflet.

7.3 64791 472974.3

64 Tab: tramadol Hcl 50 mg, pack of 100 or less 5.4 149580 807732

65 Tab.Tramadol +PCM

37.5mg,325mg,blister pack

of 100 or less,packed in

carton with leaflet.

2.99 300000 897000

ANTIDOTES/ chelators

66 Cap. Activated charcoal

260 mg, packe of 100’s or less, packed in carton with

leaflet.

50.8 2000 101600

67 Inj. Naloxone hydrochloride

0.4mg/ml, pack of 10,

packed in carton with

leaflet.

75 8000 600000

Page 60: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

60

68 Tab deferasirox

400mg ,pack of 30 or less

packed in carton with

leaflet.

180 324000 58320000

69 Tab deferasirox

100mg ,pack of 30 or less

packed in carton with

leaflet.

55 324000 17820000

70 Inj.flumazinil

1mg, pack of 100 or less

with leaflet 4400 20 88000

Antacids/Antiulcer Drugs

71 Inj. Ranitidine

50mg/2ml pack of 5, pack

in carton with leaflet. 5 150000 750000

72 Syp. Aluminium hydroxide

+magnesium hdyroxide

+simethicone

215mg+80mg+25mg/5ml,

Bottle of 120 ml or less. 28.77 50000 1438500

73 Cap. Omeprazole

40 mg pack of 14 or less,

Packed in carton with

leaflet.

2.87 1520190 4362945.3

74 Tab. Femotadine

20 mg,packed in carton

with leaflet. 4 200000 800000

75 Syp. Femotadine

10 mg/5 ml,packed in

carton with leaflet. 24 10000 240000

76 Syp. sodium alginate BP ,

sodium bicarbonate

500mg+267 mg bot of

120ml packed in carton

with leaflet.

38 50000 1900000

77 Inj. omeprazole

40mg,packed in carton

with WFI with leaflet. 36.99 120000 4438800

ANTDIARRHOEALS

78 Tab./cap. Loperamide Hcl

2mg, Blister pack, pack of

100 or less, packed in

carton with leaflet.

1.05 10000 10500

79 syp.zinc sulphate

10mg/5ml,bot.of

60ml,packed in carton with

leaflet.

25.99 10000 259900

80 liquid Oral rehydrating

solution(ORS) 71.15 15000 1067250

81 Oral rehydrating solution(ORS), pack of 50. 7.4 20000 148000

ANTI EMETICS

82 Tab.ondansetrone

8mg,blister pack of 50 or

less.packed in carton with

leaflet.

2.5 30000 75000

83 inj.ondansetrone

8mg/4ml amp,box of 100

or less,packed in carton

with leaflet.

43 17000 731000

84 Inj. Dimenhydrinate

50mg/ml, pack of 25 or

less, packed in carton with

leaflet.

3.09 220000 679800

85 Syp. Dimenhydrinate

12.5mg/4ml bottle of 60

ml, individualy packed in

carton with leaflet.

26.2 6579 172369.8

86 Susp. Domperidone 1mg/ml, bottle of 12oml or less,

individually packed in carton with leaflet. 22.5 5000 112500

Page 61: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

61

87 Tab. Domperidone

10mg, Blister pack, pack of

100 or less, Packed in

carton with leaflet.

0.87 70000 60900

PURGATIVE AND STOOL SOFTENERS

88

Syp. Lactulose

3.35mg/ml, bottle of 120

ml or less, individually

packed in a carton with

leaflet.

120 49427 5931240

89 Enema liquid, sodium

biphosphate ,sodium

phosphate

120ml contains, 19.2g,

7.2g.liquid bot of

120ml,packed in carton

with leaflet.

52.65 7000 368550

90 syp. Sodium picosulfate

5mg/5ml, 120ml, packed in

a carton with leaflet. 56.58 1000 56580

91 tab. Sodium picosulfate

10mg, blister pack of 100

or less, packed in a carton

with leaflet.

2.7 1000 2700

SPASMOLYTICS

92 Inj. Drotaverine Hcl

40mg/2ml, Amp of 2ml,

pack of 25 or less, Packed

in carton with leaflet.

6.24 87721 547379.04

93

Tab. Drotaverine Hcl

40mg, Amp of 2ml, Blister

pack, pack of 20 or less,

Packed in carton with

leaflet.

1.62 50700 82134

ANTIFUNGALS

94 Tab/cap Fluconazole

150mg, Blister pack, Pack

of 4 or less. Packed in

carton with leaflet.

8.99 8316 74760.84

95 Inf. Fluconazole

2 mg, Packed in carton

with leaflet. 451 1000 451000

96

Susp. Nystatin

100,000unit/ml, with

dropper, pack of 12

dose/bottle of 30ml,

individually packed in

carton with dropper and

leaflet.

43.2 2533 109425.6

97 Cap.Voriconazole

200 mg,packed in carton

with leaflet 89.9 200 17980

98 Inj.Voriconazole

200 mg,packed in carton

with leaflet 3200 50 160000

ANTIMALARIALS

99 Tab.Hydroxycholroquine 200 mg,packed in carton with

leaflet 4.5 14000 63000

100 Tab.Choloroquine Phosphate 80 mg,packed in carton with

leaflet 0.3 5000 1500

101 Inj. Artemether 80mg/ml, Ampoule, box of 6,

Packed in carton with leaflet. 25.71 4000 102840

102 Tab/cap Artemether

+lumefantrine

40 mg+ 240 mg, Blister

pack, Pack of 16 or less.

Packed in carton with

leaflet.

7.99 50000 399500

Page 62: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

62

ANTI VIRAL /OTHERS

103 Inj.Remedisvir

100 mgindividually packed

in carton with leaflet. 11000 7000 77000000

104 Tab.Favipiravir

200 mg,packed in carton

with leaflet 78 50 3900

105 Inj.Tocilizumab

200 mg,individually packed

in carton with leaflet. 19600 4000 78400000

106 Inj.Tocilizumab

400 mg,individually packed

in carton with leaflet. 40000 1000 40000000

107 Tab.Oseltamivir

75 mg,packed in carton

with leaflet 90 150 13500

ANTIBIOTICS(PENICILLINS)

108 Inj. Benzyl Penicillin

100,000 units, vial,pack in

carton with leaflet. 15 6000 90000

109 Cap.Amoxiycillin

500 mg,pack of 250 or less

with leaflet. 6 666700 4000200

110 Syp.Amoxycillin

125 mg/5ml,Bottle of 60

ml with leaflet 25 30871 771775

111 Inj.Ampicillin 250 mg,pack of 25 or less 19 20000 380000

112

Susp. Amoxicillin (as trihydrate)

+ clavulanic acid(as potassium)

125mg+31.25mg/5ml,

bottle of 120 ml or less,

packed in carton with

measuring cup, spoon and

leaflet.

59.9 60550 3626945

113 Inj. Amoxicillin (as sodium)

+clavulanic acid (as potassium)

1g+200mg vial, pack of 100

or less,Packed in carton

with leaflet.

95 1500 142500

114 tab Amoxicillin (as trihydrate)+

clavulanic acid(as potassium)

500mg+125mg, packed in

carton with leaflet. 13.33 250000 3332500

ANTIBIOTICS(CEPHALOSPORIN)

115

Cap. Cephradine

500 mg, Blister

pack/Aluminium pack of

12’s, packed in carton with leaflet.

11.1 100000 1110000

116 Tab. Cefuroxime

500mg, blister pack of 30

or less, packed in carton

with leaflet.

33.78 155100 5239278

117 Tab. Cefuroxime

250mg, blister pack of 30

or less, packed in carton

with leaflet.

15 155200 2328000

118 inj. Cefuroxime

750mg, pack of 100 or less,

packed in carton with

leaflet.

90 100000 9000000

119 Inj. Cefotaxime

250mg, packed in carton

with leaflet ,pack of 100 or

less.

28 100000 2800000

120 Inj. Cefotaxime

500mg, packed in carton

with leaflet ,pack of 100 or

less.

40 100000 4000000

121 Inj. Cefotaxime

1g,packed in carton with

leaflet,pack of 100 or less. 43 100000 4300000

Page 63: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

63

122 Inj.ceftriaxone

250mg,pack of 100 or

less,packed in carton with

leaflet

26.67 200000 5334000

123 Inj. Ceftriaxone

500mg,pack of 100

less,packed in carton with

leaflet.

32.4 200000 6480000

124 Inj. Ceftriaxone

1g,pack of 100 or

less,packed in carton with

leaflet.

45 225000 10125000

125 Tab/cap. Cefixime

400mg, pack of 10 or less,

packed in carton with

leaflet.

17.69 300000 5307000

126 Susp. Cefixime

100mg/5ml, Bottle of 30

ml, packed in carton with

leaflet.

48 30000 1440000

127 Inj Tigecycline

50mg pack of 50 or less

packed in carton with

leaflet

999 1000 999000

128 inj colistimethate

80mg pack of 50 or less

packed in carton with

leaflet

775 2100 1627500

129 Inj.cefoperazone +salbactum

1g+1g vial,pack of 100 or

less,packed in carton with

leaflet.

79.1 20036 1584847.6

ANTIBIOTICS(AMINOGLYCOSIDES)

130 Inj gentamicin

40mg/ml Amp/vial,

packed in carton with

leaflet.

9.6 3625 34800

131 Inj. Amikacin sulphate

250mg, Amp/vial, packed

in carton with leaflet. 33 5000 165000

132 Inj. Amikacin sulphate

500mg, Amp/vial, packed

in carton with leaflet. 46 8000 368000

ANTIAMOEBICS

133 Infusion. Metronidazole

500mg/100ml, bottle/bag

of 100ml with hanger,pack

of 100 or less.

21.85 150000 3277500

134 Susp. Metronidazole

200mg/5ml, bottle of 60

ml, individually packed in

carton with leaflet.

24.97 10000 249700

135 Tab. Metronidazole

400mg, Blister pack, Pack

of 100, packed in carton

with leaflet.

1.39 300000 417000

136 Syp.Metronidazole benzoate

B.P ,diloxanide furoate B.P

200mg/10ml, 250mg/10ml

bottle of 60ml 55.36 9105 504052.8

137 Tab .Metronidazole benzoate

B.P ,diloxanide furoate B.P

200mg+250mg ,packed in

carton with leaflet. 1.95 279538 545099.1

ANTIBIOTICS(QUINOLONES)

138

Tab. Ciprofloxacin

500mg, Blister pack,

Pack of 10, packed in

carton with leaflet.

4.5 500000 2250000

Page 64: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

64

139

Inf. Ciprofloxacin

200mg/100ml, Bottle/ bag

of 100 ml, with

hanger.pack oe 50 or less

packed in carton with

leaflet.

26.7 7000 186900

140 Tab. Levofloaxin

500mg, Blister Pack of 100,

packed in carton with

leaflet.

4.1 150000 615000

141 Tab. Moxifloxacin

400mg, Blister pack, Pack

of 10, packed in carton

with leaflet.

10.79 299600 3232684

142 susp.ciprofloxacin

250mg/5ml bot.of

60ml,individually packed in

carton with leaflet.

78.98 20000 1579600

143

Inf. moxifloxacin

400mg/250ml,vial of

250ml,packed in carton

with leaflet with

hanger.pack of 100 or less.

103 60000 6180000

Macrolides

144 Inj. Azithromycin

500 mg.individually packed

in carton with leaflet. 9.67 1000 9670

145 Tab/Cap.Azithromycin

250mg,blister pack,packed

in carton with leaflet. 12.9 200000 2580000

146 Tab/Cap.clarithromycin

500mg,blister pack,pack of

100 or less packed in

carton with leaflet.

19 120000 2280000

147 susp. clarithromycin

125mg/5ml,bot.of120ml or

less individually packed in

carton with leaflet

107.69 30000 3230700

148 Inj. Clarithromycin 500mg,pack of 100 or less 160 500 80000

ANTIBIOTICS (OTHER ANTINFECTIVES AND MISC.)

149 Tab. rifaxamine

550mg, blister pack of 100

or less packed in carton

with leaflet

27 5263 142101

150 Tab. pipemidic acid

400mg,blister pack of 100

or less,packed in carton

with lealfet

9.11 100 911

151 Cap. Doxycycline

100 mg,packed in carton

with lealfet 3.5 5000 17500

152 Inj. Vancomycin Hcl Lyophilized

1g, Glass vial of 10 ml with

WFI, individually packed in

carton with leaflet.

135 20000 2700000

153 Inj. piperacillin +tazobactam

4g+450mg, glass vial with

WFI,packed in carton with

leaflet.(4.5g)

380 30000 11400000

154 Cap. Clindamycin

150 mg,packed in carton

with lealfet 9.188 2000 18376

155 Cap. Clindamycin

300 mg,packed in carton

with lealfet 9 3000 27000

156 Inj. Clindamycin

300 mg,packed in carton

with lealfet 180.75 1000 180750

Page 65: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

65

157 Inj. Acyclovir sodium

Lyophilized

500mg, vial pack of 100 or

less packed in carton with

leaflet with WFI.

367 10000 3670000

158 inj. meropenem

500 mg vial packed in

carton with leaflet,pack of

100 or less

300 20000 6000000

159 tab. Clotramazole

500mg, packed in carton

with lealfet 24 3000 72000

160 inj. meropenem

1g vial packed in carton

with leaflet,pack of 100 or

less

399.1 40000 15964000

161 infusion. Linezolid

2mg/ml, 600mg/300ml,

packed in carton with

leaflet

31.68 3000 95040

OPHTHALMIC/ENT

162 eye drops topicamide

1% individually packed in

carton with leaflet 21.8 300 6540

163

Eye drops, Atropine

2% Bottle of 15 ml, plastic

bottle with screen printing,

individually packed in

carton with and leaflet.

50.15 500 25075

164 Eye drops moxifloxacin

0.5% individually packed in

carton with leaflet,pack of

50 or less

39.1 2000 78200

165 soda glycerine ear drops bottle of 15ml 15.95 3000 47850

166 Eye drops, Sodium

chromoglycate,

plastic bottle with screen

printing. 41.85 2000 83700

167 Eye drops, Timolol meleate

0.5%, plastic bottle of 5ml

with screen printing. 21.95 2000 43900

168 Eye drops hydroxypropyl

methyl cellulose

2%,bot of

2ml/3ml,individually

packed with leaflet.

1210.8 1230 1489284

169 Inj vision blue

0.067%,pack of 100 or less

with leaflet 3000 2000 6000000

170 inj Icholic 44.95 2000 89900

171 tear jell,

individually packed in

carton with leaflet. 39 3500 136500

172 Eye drops, Tobramycin

0.3%, Bottle of 5 ml, plastic

bottle with screen printing. 50 4000 200000

173 Eye ointment, Oxytetracyclin

0.5 %, Tube of 5 g or less,

Individualy packed in a

carton with leaflet.

21 1000 21000

174 Eye drops

ofloxacin+dexamethasone

0.3%+0.1%,plastic bottle of

10ml with screen printing. 25.95 5000 129750

175 Eye/ear drops Gentamycin

0.3% Plastic bottle of 10

ml, with screen printing. 17.95 2000 35900

176 Eye ointment, Chloramphenicol

tube of 3.5 g or less,

individually packed in

carton with leaflet.

18.75 2000 37500

177 Eye ointment, Chloramphenicol

with hydrocortisone

1%, 0.5% tube of 3.5 g, individually

packed in carton with leaflet. 18.65 10000 186500

Page 66: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

66

178 Eye drops Pilocarpine

4% bottle of 10 ml, plastic

bottle with screen printing. 26.95 500 13475

179 Eye drops Tobramycin +

Dexamethasone

0.3%+0.1 %, Plastic bottle

with screen printing. 44.95 5000 224750

180 Eye ointment Polymyxin B

Sulphate+Zinc Bacitracin

10000 units+500units/g,

tube of 4g, individually

packed in carton with

leaflet.

16.25 7100 115375

TOPICALS

181 Glycerine bot of 500ml or less 259 10000 2590000

182 Vaginal cream clindamycin

phosphate

2% ,40gm, individually

packed in carton with

leaflet

66 1000 66000

183 gel clindamycin phosphate

1% tube of 10g,individually

packed in carton with

leaflet

64 2000 128000

184 lotion permethrin

5% individually packed in

carton with leaflet. 62 10000 620000

185 Skin ointment Polymyxin B

Sulphate’s zinc, Bacitracin,

10000 unit,500 units, tube

of 10g or less. Packed in

carton with leaflet.

21.2 10000 212000

186 Cream silver sulphadiazine.

Tube of 50g or less,

individually packed in

carton with leaflet.

70 7000 490000

187 gel.Diclofenac Sodium

25gm.pack of 100 or

less.packed in carton with

leaflet.

27 31000 837000

188 Calamine lotion B.P, Botle of 120 ml or less. 30.75 6300 193725

189 Spirit Methylated(industrial

methylated spirit BP) pack of 4.5 liter or less. 1198 1300 1557400

190 Skin lotion povidone-iodine

10%, bottle of 500ml or

less and 60ml. 348.79 22000 7673380

191 Surgical scrub povidone-iodine

7.5%, Bottle of 500ml or

less. 364.4 8000 2915200

192 Liquid paraffin, Bottle of 500ml or less. 229 1627 372583

193 Cream/ointment Fucidic Acid

2%, tube of 15g or less,

individually packed in

carton with leaflet.

65 17000 1105000

194 Cream/ Oinment

Hydrocortisone

1%, 15g or less.

Individually packed in

carton with leaflet.

21.15 10000 211500

195 Cream/ointment

Betamethasone 17 valearate

1%, pack of 10 g or less,

individually packed in

carton with leaflet.

23 15000 345000

196 Lotion Betamethasone 17

valearate

1%, pack of 50ml or less,

individually packed in

carton with leaflet.

23 50000 1150000

197

Vaginal cream Clotrimazole

2% tube of 35 g,

individually packed in

carton with applicator and

leaflet.

55 2000 110000

Page 67: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

67

198 Skin cream clotrimazole

1%, tube of 20g,

Individually packed in a

carton with leaflet.

51 2000 102000

199 Cream ketoconazole

2%, tube of 10g,

Individually packed in a

carton with leaflet.

46 13000 598000

200 Cream Adapalene

0.1%, tube of 15g,

Individually packed in a

carton with leaflet.

69 4000 276000

201 Cream Clobetasol propionate

0.05% W/W, tube of 15g

or less, Individually packed

in a carton with leaflet.

34.95 21000 733950

202 cream/oint

methylprednisolone aceponate

(0.1%) packed in carton

with leaflet 36 2000 72000

203 Beta methasone valearate

1% cream packed in

carton with leaflet 22 5000 110000

204 Beta methasone valearate

1% oint packed in carton

with leaflet 34 5000 170000

205 Beta methasone valearate

1% lotion packed in carton

with leaflet 26 1000 26000

206 Beta methasone dipropionate

0.05% salicylic acid 3%

lotion packed in carton

with leaflet

35 3000 105000

207 Beta methasne dipropionate

0.05% salicylic acid 3%

ointment packed in carton

with leaflet

27 5000 135000

208 clobetasol propionate

0.05% cream packed in

carton with leaflet 36 5000 180000

209 clobetasol propionate

0.05% ointment packed in

carton with leaflet 34 10000 340000

210 clobetasol propionate

0.05% lotion packed in

carton with leaflet 31 2000 62000

211 cream metronidazol

0.75%, individually packed

in carton with leaflet 35 5000 175000

212 Gel.Flurbiprofen

20 g,individually packed in

carton with leaflet 28 8000 224000

213 Cream Hydroquinone

2%, tube of 15g,

Individually packed in a

carton with leaflet.

25.95 25000 648750

RESPIRATORY DRUGS

214 Tab.montelukast

10mg,blister pack of 100 or

less packed in carton with

leaflet.

2.58 500000 1290000

215 satch. montelukast

4mg/1ml, bott of

28ml,pack of 50 or less 175 15000 2625000

216 Cough syrup Ammonium

Chloride ,Sodium citrate, CPM,

Menthol

100mg, 60mg, 2mg,

1mg/5ml, Bottle of 120l or

less

29.33 70500 2067765

217 Syp. Chlorpheniramine

maleate, Terpinhydrate,

potassium Bicarbonate;

100mg, 200mg, 2 mg,

500mg, 20 mg, 100mg,

0.5ml, 2mlper 100ml,

19.75 20000 395000

Page 68: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

68

Ammonium chloride; Menthol;

Ephedrine Hcl; Tr. Ipecac ; ext

glycyrrhiza liq.

bottle of 120 ml or less.

218

Aerosal Salbutamol

100mcg per inhalation

packs of 200

inhalation/puffs. Packed in

carton with leaflet.

129 5000 645000

219 Nebule Beclomethasone

dipropinate

0.8mg/2ml,amp/vial pack

of 5 or less,packed in

carton with leaflet.

62.97 80000 5037600

220 Solution Salbutamol for

nebulizer

5mg/20ml, Packed in

carton with leaflet. 21.75 5000 108750

221

Nebule Ipratropium bromide

0.025 %( 250mcg/ml), vial

/amp of 4ml or less. Pack

of 5’s, packed in carton with leaflet.

46 80000 3680000

222 Aerosol beclomethasone

dipropionate

77mg/100ml bot with

nozzle.individually packed

in carton with leaflet.

560.47 10500 5884935

223 Inhaler formoterol

+budesonide

6ug+200ug,individually

packed in carton with

leaflet.

738.89 2000 1477780

224 inhaler

salbutamol+beclomethasone

100mcg+ 250mcg,packed

in carton with leaflet. 716.38 2000 1432760

225 Dry powder inhalation

tiotropium + Formoterol

18mcg+12 mcg,packed in

cartan with leaflet. 12.81 10000 128100

227 inhaler salmetrol +fluticasone

25mcg+250mcg,individuall

y packed in carton with

leaflet.

325 5000 1625000

228 Inj.Aminophyllin

10 ml,packed in carton

with leaflet. 5 10000 50000

CARDIOVASCULAR DRUGS/antihypertensive

229 inj.

Norepinephrine/noradrenaline

tartarte

2mg /ml pack in carton

with leaflet. 95 12000 1140000

230 inj. Calcium gluconate

1g/10ml pack in carton

with leaflet. 47 8000 376000

231 inj phenylephrine 10mg,1ml pack of 5 or less,

packed in carton with leaflet. 32 1000 32000

232 Tab ivabradine 5mg blister pack of 10 or less,

packed in carton with leaflet. 10.95 7000 76650

233 Tab Clopidogril

75mg blister pack of 100 or

less packed in carton with

leaflet

3.23 300000 969000

234 Tab Nifedipine 20mg blister pack of 14

packed in carton with leaflet 5.75 12000 69000

235 Tab. Atenolol

100mg, Blister pack, pack of

100 or less, packed in carton

with leaflet.

1.69 117420 198439.8

236 tab valsartan

80mg,blister pack of 100 or

less packed in carton with

leaflet

36.17 28000 1012760

Page 69: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

69

237 Tab. Captopril

25mg, Pack of 20’s packed in carton with leaflet.

11.15 42764 476818.6

238 Inj.Atropine SO4

1mg,pack of 100 or less

packed in carton with

leaflet.

6.6 20000 132000

239 Tab. Digoxin

0.25mg, Pack of 100 or

less, packed in carton with

leaflet.

1.95 33600 65520

240 Inj. Digoxin

0.25mcg/ml, Ampoule of

2ml, packed in carton with

leaflet.

17 10000 170000

241

Tab. Nitroglycerin

0.5mg, Blister

pack/Aluminum pack, pack

of 100 or less, packed in

carton with leaflet.

1.85 20000 37000

242 Inj. Verapamil HCl

5mg/2ml, pack of 10 or

less, packed in carton with

leaflet.

87 2000 174000

243

Tab. Glycerin Trinitrate

2.6mg, Blister

pack/Aluminum pack, pack

of 30’s or less, packed in carton with leaflet.

3.15 46000 144900

244 Inj. Dobutamine

250mg packed in carton

with leaflet. 88.99 10000 889900

245 Inj. Dopamine

40mg/ml, Ampoule/vial of

5ml/10ml, packed in

carton with leaflet.

42 8000 336000

246 Tab. Enalapril maleate

10mg, pack of 20 packed in

carton with leaflet. 6.5 10000 65000

247 Inj. Isosorbid Dinitrate

(0.1%) 10mg/10ml, pack of

10 or less, packed in carton

with leaflet.

140 15000 2100000

248 Tab. Amlodipine Besylate

10mg, Blister pack, pack of

20 or less, packed in carton

with leaflet.

1.7 50000 85000

249 Inj. Labetalol

50mg/10ml,amp. Pack of

100 or less packed in

carton with leaflet.

32 20000 640000

250 inj. MgSO4

5g/10ml amp.pack of 100

or less,packed in carton

with leaflet.

15 20500 307500

251 inj. KCl

20ml or less,pack of 100 or

less.packed in carton with

leaflet.

7 8000 56000

252 Tab. Losartan potassuim

50mg, Blister pack, pack of

20, packed in carton with

leaflet.

2.99 100000 299000

253 Tab. propranolol

40mg,blister pack of 100 or

less packed in carton with

leaflet.

1.77 20000 35400

254 tab. nicorandil

10mg,blister pack of 100 or

less. 11.15 10000 111500

Page 70: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

70

255 Inj. Adrenaline

0.1ml,pack of 100 or less

packed in carton with

leaflet

5.1 25000 127500

256 inj. Amiodarone

150mg/3ml,amp.pack of

50 or less packed in carton

with leaflet.

80 5000 400000

257 inj.adenosine

18mg/6ml amp.pack of 50

or less,packed in carton

with leaflet.

302 1000 302000

258 tab. Methyldopa

250mg, packed in carton

with leaflet. 7 20000 140000

259 Tab.Trimtazidine MR

350mg,packed in carton

with leaflet 12 20000 240000

ANTIPLATELETS(COAGULATION AND HAEMOSTATICS)

260 Inj. Heparin

5000 IU/ml, vial of 5ml,

packed in carton with

leaflet.

520 25000 13000000

261 Inj. Streptokinase

1.5miu vial/Amp, packed in

carton with leaflet. 4100 1600 6560000

262 Inj. Tranaxemic acid

250mg/5ml, pack of 10 or

less, packed in carton with

leaflet.

458 20000 9160000

263 Inj. Tranaxemic acid

500mg/5ml, pack of 10 or

less, packed in carton with

leaflet.

19.7 30000 591000

264 Cap. Tranaxemic acid

250mg, Blister pack, pack

of 100 or less, packed in

carton with leaflet.

12.5 20000 250000

265 Cap. Tranaxemic acid

500mg, Blister pack, pack

of 100 or less, packed in

carton with leaflet.

11.5 20000 230000

266 Inj.Vitamin K

(phyetomenadione) B.P

1ml/2mg, pack of 100 or

less packed in carton with

leaflet.

6.5 5000 32500

267 inj.enoxaprin

40mg/0.6ml amp.pack of

50 or less packed in carton

with leaflet.

295 3500 1032500

268 inj.enoxaprin

60mg/0.6ml amp.pack of

50 or less packed in carton

with leaflet.

409.05 6000 2454300

DIURETICS

269 Tab. Furosemide

40mg, Blister pack, pack of

100 or less, packed in

carton with leaflet.

1.61 280000 450800

270

Inj. Furosemide

20mg/2ml, Ampoule of

2ml, Box of 100 or less,

packed in carton with

leaflet.

3.99 90000 359100

271 Tab. Spironolactone

25mg, Blister pack, pack of

10, packed in carton with

leaflet.

1.7 17500 29750

Page 71: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

71

272 Tab. Spironolactone

100mg, Blister pack, pack

of 10, packed in carton

with leaflet.

6.95 17500 121625

273 Tab.Valsartan

+hydrochlorthiazide

80mg+12.5mg,blister pack

of 100 or less,packed in

carton with leaflet.

8.21 100000 821000

ELECTROLYTES

274 Inj.Sodabicarbonate

8.4%w/v 20ml ,individually

packed in carton with

leaflet.

10.29 15000 154350

275 Inj. Dextrose

25%, 1000ml pack of 20 or

less within carton. 76.47 2000 152940

276 Inj. Dextrose

25%, ampoule of 20

ml/25ml.pack of 50 or less

within carton.

60 31000 1860000

277 Infusion Dextrose in water

5%, bottle/bag

1000ml,pack of 50 or less. 34 15000 510000

278 Infusion Dextrose Salin

1000 ml, bottle/bag

1000ml,pack of 50 or less. 39 1300 50700

279 Infusion Dextrose in water

10%, bottle/bag

1000ml,pack of 50 or less. 41 5115 209715

280 Infusion Mannitol

20%, Bottle/Bag of

500ml,pack of 50 or less. 122 20000 2440000

281 Infusion Ringer solution,

Bottle/Bag of 1000ml,pack

of 50 or less. 34.7 100000 3470000

282 Infusion Ringer solution,

Bottle/Bag of 500ml,pack

of 50 or less. 25.75 150000 3862500

283 Infusion Normal saline,

Bottle/Bag of 500ml,pack

of 50 or less. 30 50000 1500000

284 Infusion Normal saline,

Bottle/Bag of 1000ml,pack

of 50 or less. 32.95 130000 4283500

285 Infusion Hydroxy ethyl starch

3%, Bottle of 500ml,pack

of 50 or less. 212.94 3000 638820

286 infusion 5%amino Acid

,electrolyte and carbohydrate

free bot.of 500ml with

hanger. 409.95 2000 819900

287 Inf.Peads solution

1/2 500 ml,packed in

carton with leaflet 38 60000 2280000

288 Inf.Peads solution

1/4 500 ml,packed in

carton with leaflet 42 30500 1281000

289 Inf.N/2 with D/W

5%, 500ml,pack of 50 or

less packed in carton with

leaflet

38 1500 57000

290 Inf.gelatin plasma subtitute

solution 500ml 275 10126 2784650

291 Inf.N/S 0.9%

100ml,pack of 50 or less

packed in carton with

leaflet

20.85 50000 1042500

GLUCOCORTICOIDS

292 inj. Methylprednisolone

sodium

500mg vial,pack of 100 or

less,packed in carton with

leaflet.

1222.22 3000 3666660

Page 72: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

72

293 Tab. Deltacotril

5mg,pack of 100,packed in

carton with leaflet 1.179 413684 487733.436

294 Tab. Dexamethasone

0.5mg, Blister pack, pack

of 100 or less, packed in

carton with leaflet.

0.15 50000 7500

295 Inj. Dexamethasone phosphate

4mg/ml, Vial/ amp of 1ml,

pack of 50 or lesspacked in

carton with leaflet.

4.13 85000 351050

296 Inj. Hydrocortisone Sodium

succinate

250mg(dry powder) vial,

individually packed in

carton with solvent and

leaflet.

66.99 75000 5024250

297 Inj. Hydrocortisone Sodium

succinate

500mg(dry powder) vial,

individually packed in

carton with solvent and

leaflet.

112 30000 3360000

HORMONES/OTHERS

298 Tab.Dinoprostone

3mg pack of 100 or less

packed in carton with

leaflet

400 1638 655200

299 Gel Dinoprostone

2 mg ,pack of 100 or less

packed in carton with

leaflet

700 100 7000

300 Pessary. Dinoprostone

3mg ,pack of 100 or less

packed in carton with

leaflet

1700 3600 6120000

302 Tab.Norethisterone

5 mg,packed in carton with

leaflet 3 6000 18000

303 Tab.Progyluton Valerate and

Norgestrel

2/0.5 mg,packed in carton

with leaflet 10 5000 50000

304 Inj. Oxytocin

5 i.u/ml Box of 100 or less,

packed in carton with

leaflet.

9.67 103000 996010

305 Tab. Misoprostol

200ug, blister pack of 100

or less packed in carton

with leaflet.

4.99 50000 249500

306 Inj. Octreotide Acetate 0.1mg/ml, pack of 5, packed

in carton with leaflet. 185 25000 4625000

307 Tab. Levothyroxin/thyroxin 50mcg, pack of 100 or less,

packed in carton with leaflet. 0.94 15000 14100

308 tab. Mycophenolate mofetil

500mg, blister pack of 100 or

less, packed in carton with

leaflet.

62 10000 620000

309 Cap.Tacrolimus

1mg,blister pack of 100 or

less,packed in carton with

leaflet.

63 10000 630000

310 Cap.Tacrolimus

0.5mg,blister pack of 100 or

less,packed in carton with

leaflet.

58.89 5000 294450

311 Inj.Terlipressin 1 mg,packed in carton with

leaflet. 1100 5000 5500000

312 Inf.human albumin

20%,botl of 100

ml,individually packed in 8000 300 2400000

Page 73: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

73

carton with leaflet and I/V

set.

313

Inf.human albumin

20%,botl of

50ml,individually packed in

carton with leaflet and I/V

set.

5047 500 2523500

ANTI HISTAMINES/anti allergy

314 Syp. Chlorphinaramine maleate

2mg/5ml, bottle of 60 ml

individually packed in

carton with leaflet.

20.65 25200 520380

315 Tab phinaramine maleate

25mg, blister pack, pack of

250 or less, packed in

carton with leaflet

1.95 300000 585000

316 Inj. Phinaramine maleate

22.7mg/ml, pack of 30 or

less, packed in carton with

leaflet.

7 8000 56000

317 tab .loratidine

10 mg, blister pack, pack of

250 or less, packed in

carton with leaflet

3 500000 1500000

318 syp cetrizine

1mg/ml 60ml or less

packed in carton with

leaflet

21 20000 420000

319 Tab. Cetrizine

10mg, blister pack, pack of

30 or less, packed in carton

with leaflet.

0.78 200000 156000

320 tab. Fexofenadine hcl

60mg, blister pack, pack of

30 or less, packed in carton

with leaflet.

4 100000 400000

VITAMINS/MINERALS

321 Tab. Iron-III hydroxide

polymaltose complex, eq. to

elemental iron, folic acid ,

100mg, 0.35mg, blister

pack, pack of 30 or less,

packed in carton with

leaflet.

1 377899 377899

322 Syp. Iron-III hydroxide

polymaltose complex, eq. to

elemental iron

50mg /5ml, bottle of 60ml,

packed in carton with

leaflet.

23.35 40000 934000

323 Tab. Folic acid

5mg blister pack of 100 0r

less,packed in carton with

leaflet.

0.467 50000 23350

324 Tab. Mecobalamine

500 mcg, blister pack, pack

of 100 or less, packed in

carton with leaflet.

1.55 300000 465000

325 Tab: Cholecalciferol 5 mg Pack of 100 or less 85 100000 8500000

326

Syp.vitamin A, vitaminD, vit B1,

vit B2, vit B6, vit B12, vit C,

nicotinamide

0.9mg, 10mcg, 1.5mg,

1.2mg, 1mg, 3mcg, 50mg,

10mg/5ml,bot of 120ml

with pleasant

flovour,individually packed

in carton with leaflet.

54.95 59205 3253314.75

327 Inj.vitamin D3

5mg/ml,amp.pack of 100

or less.packed in carton 25.23 40000 1009200

Page 74: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

74

with leaflet.

328 Inj.vitamin B1,B6,B12

Combination,

packed in carton with

leaflet 4 9500 38000

329 Inj.(vit. A(Palmitate) , vit.

B(thiamine HCL) , ribiflavin 5'-

phosphate sodium ,

vit.B6(pyridoxine HCL),

nicotinaminde , dexpenthenol ,

vit.c , vit E(alpha tocopheryl

acetate)

10,000UI, 50mg, 10mg,

15mg, 100mg, 25mg,

500mg, packed in carton

with leaflet.

18 1500 27000

330 Inf.Soybean oil and medium

chain triglycerides(1.1)20% egg

yolk phospholipids 1.2%

,glycerol 2.5 5.

packed in carton with

leaflet. 587 1000 587000

331 Inj.Amino acids(L-form)500mg,

d-sorbitol 100mg, vit C 400mg,

inositol 500mg, nicotinamide

60mg, pyridoxine HCL 40mg,

riboflavin sodium phosphate

2.5mg, sodium 35 mEq,

potassium 25mEq, magnesium

mEq, acetate 35mEq, malate

22mEq, chloride 38 mEq.

Content of 5gm aminoacids: L-

isoleucine 3.2gm, I-leucine

2.4gm, I-lysine(as base) gm, I-

methionine 3gm, I-

phenylalanine 4gm, I-

threonine, I-tryptophan 1gm, i-

valine 3.2gm, I-arginine(as

base) 6.2gm, I-histidine (as

base) 1gm, I-alanine 6gm,

glycine 14gm, I-proline 2gm,

total calorie 600 per

litre,packed in carton with

leaflet.

400 1000 400000

332 Tab. Ferrous sulphate

(elemental iron 105mg),

nicotinamide , ca.

pantothenate , vit C, B1, B2 ,

B6, B12 , folic acid

525mg, 30mg, 10mg,

500mg, 6mg, 6mg, 5mg,

25mcg, 800mcg, gradumet

4.5 50000 225000

333 Tab Zinc Sulphate

Monohydrate

20 mg,packed in carton

with leaflet. 4 3600 14400

DIAGANOSTIC AGENTS

334 Barium sulphate Powder

500g individually packed

in carton with leaflet 602 500 301000

335 inj Gastrographin 100ml individually packed in

carton with leaflet 792 100 79200

336 inj Urographin 100ml individually packed in

carton with leaflet 189 200 37800

VACCINES AND SERA

Page 75: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

75

337 Inj. Anti-venom sera

10ml, packed in carton

with leaflet. 1293 900 1163700

338 Inj. Anti tetanus toxoid

0.5ml, glass amp of 0.5ml,

pack of 10, packed in

carton with leaflet.

35 60000 2100000

339 Inj. Tetanus Immune Globulin,

Human

250IU, packed in a corton

wit leaflet. 1733 2050 3552650

340 Inj. Anti rabbies vaccine(brain

tissue origin/cell culture origin)

0.5 ml vial with solvent,

packed in carton with

leaflet(WHO approved)

738.31 32000 23625920

341 Inj.Influenza vaccine,

prefilled individually

packed in carton with

leaflet

450 1800 810000

342 Inj.rabies immunoglobulin

2ml, packed in carton with

leaflet. 6627 1000 6627000

343 Inj. Rho (D) Immune Globulin

300mcg, packed in a

corton wit leaflet. 7750 1000 7750000

ANTI DIABETIC DRUGS

344 Tab.metformin +sitagliptin

500mg+50mg,blister pack

of 100 or less packed in

carton with leaflet.

7.38 300000 2214000

345 Tab. Glimepride

2mg,blister pack, pack of

20, pack in carton with

leaflet.

0.99 100000 99000

346 Tab. Glimepride

3mg,blister pack, pack of

20, pack in carton with

leaflet.

1.5 130000 195000

347 Tab. Glimepride

4mg,blister pack, pack of

20, pack in carton with

leaflet.

1.99 250000 497500

348 Tab. Metformin

500mg,blister pack, pack

of100 or less, packed in

carton with leaflet.

1.21 250000 302500

349 Inj. Insulin regular

100units/ml, glass of vial

of 10ml, pack in carton

with leaflet( human).

320 6000 1920000

350 Inj. Insulin NPH

100units/ml, glass of vial

of 10ml, pack in carton

with leaflet( human).

600 5000 3000000

351 Inj. Insulin(70/30),

glass of vial of 10ml, pack

in carton with leaflet(

human insulin).

315 66000 20790000

HYPOLIPIDIMICS

352 Tab.Rosuvastatin

10mg, blister pack, pack of

100 or less , packed in

carton with leaflet.

4.19 500000 2095000

353

Tab. Atorvastatin

20mg, blister pack, pack of

100 or less , packed in

carton with leaflet.

2.75 200000 550000

HEMATOPOITIC DRUGS

Page 76: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

76

354 inj.iron III hydroxy sucrose

complex

100 mg ,amp.pack of 100

or less,packed in carton

with leaflet.

60 7000 420000

355 Inj. Erythropoetin Alpha

4000 IU/ml,pack of 100 or

less packed in carton with

leaflet.

287 19800 5682600

Disinfectants

356 Didecyl-dimethyl

ammoniumchloride +

Polyhexamethylene

Biguanidehydro chloride

8.0g+2.5g, pack of 5 Ltrs or

less 2214 250 553500

357 Disinfectant soln. propanol,

cocospropylendiammonium

borate,

10g, 22.5g, bot.of 5 litre or

less 3806 200 761200

358 Glutaradialdehyde

20g/100g solution of

500ml or less packed in

carton with leaflet.

4595 200 919000

359 disinfectant

alkyldimethylammonium

thiosulphate +

polyhexamethylene biguanide

+ cocospropylene diamine

guanidium acitate

5g, 1g, 1.8g, pack of 5 litr

or less. 3806 150 570900

Others 360

Tab. potassium chloride

500mg pack of 100 or less

packed in carton with

leaflet

0.75 20000 15000

361 Tab. methotrexate

2.5mg pack of 100 or less

packed in carton with

leaflet

5 10000 50000

362 Tab. methotrexate

10mg pack of 100 or less

packed in carton with

leaflet

26.75 5000 133750

363 Inj. phenytoin

250mg pack of 100 or less

packed in carton with

leaflet

183 5000 915000

364 Inj. caffein citrate

20mg/ml pack of 100 or

less packed in carton with

leaflet

1235.48 4000 4941920

365 Inj. Secukinumab

150 mg,packed in carton

with leaflet 36000 200 7200000

366 Tab.Cyproterone Acetate and

Ethinyloestradiol

2 mg/35 mcg,packed in

carton with leaflet 9.4 10 94

367 Inj. Ephedrine

50 mg,packed in carton

with leaflet. 60 20000 1200000

368 Inj. Ephedrine

30 mg,packed in carton

with leaflet. 40 10000 400000

369 Inj. Milrinone

10 mg, packed in carton

with leaflet 980 1000 980000

370 Inj. Metoprolol Tartrate 5 mg,5ml ,packed in 37 2000 74000

Page 77: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

77

carton with leaflet

371 susp. Phospholipid ,

surfactantant associated

proteins SP-B and SP-C

27mg/ml, 500mcg/ml,

individually packed in

carton with leaflet

12000 50 600000

372 Inj. Protamine Sulphate

1000 IU,packed in carton

with leaflet 96 15 1440

373 tab. Ivermectin

6mg, pack 30 or less,

packed in carton with

leaflet

15 6000 90000

374

inj. Ceftazidime

1g, packed in carton

with leaflet ,pack of 100

or less.

275 1000 275000

376 Tab. Dapson 100mg, pack of 30, packed

in carton with leaflet. 0.5 10000 5000

377 Cap. Olanazpine+Fluoxetine 12mg+25mg, pack of 100

or less, packed in carton

with leaflet.

31.9 50000 1595000

378 Tab. Memantine 20mg, pack of 100 or less,

packed in carton with

leaflet.

262 500000 131000000

379 Gel. Ketoprefen

2.5% 30mg, pack of 100 or

less, packed in a carton

with leflet.

141.96 20000 2839200

380 Tab. Calcium+vit. D3 19 100000 1900000

381 Tab. Linezolid

600mg, pack of 100 or less,

packed in a caton with

leaflet.

26.44 50000 1322000

382 Tab. Aceclofenac

100mg, pack of 100 or less,

packed in a caton with

leaflet.

9.9 50000 495000

383 Cap. Thiocolchicoside

4mg, pack of 100 or less,

packed in a caton with

leaflet.

1.5 250000 375000

384 Inj. Ketoprefen

100mg/2ml, pack of 100 or

less, packed in a carton

with leaflet.

25 5000 125000

385 Diclofenac Sodium suppository

25mg, pack of 100 or less,

packed in a carton with

leaflet.

42.2 300 12660

386 Inf. Amphotericin-B Liposomal

50mg, pack of 100 or less,

packed in a carton with

leaflet.

12745 7000 89215000

387 Syp. Montelukast Sodium

5mg/5ml 60ml individually

packed in carton with

leaflet

175 30000 5250000

388 Tab. Dapaglatlozin

10mg, pack of 100 or less,

packed in a caton with

leaflet.

15.9 2000 31800

389 Tab. Sitagliptin

50mg, pack of 100 or less,

packed in a caton with leaflet. 24.3 5000 121500

Page 78: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

78

390 inj. Ibuprofen

400mg, pack of 50 or less,

packed in a corton with

leaflet.

53 5000 265000

391 Eye drop.

Brinzolamide+Brimonidine

10mg+2mg, individually

packed in carton with

leaflet

731 400 292400

392 Eye drop. Nepafenac

0.3%, individually packed

in carton with leaflet 655 1000 655000

393 inj. Ranibizumab

10mg/ml, pack of 100 or

less. Packed in a carton

with leaflet.

58000 150 8700000

394 Tab. Calcium acetate 667mg, pack of 100 or less.

Packed in a carton with

leaflet.

4.35 20000 87000

395 Tab. Alfa calcidol 0.5mcg, pack of 100 or

less. Packed in a carton

with leaflet.

10 50000 500000

396 Tab. Secelamer 400mg, pack of 50 or less,

packed in a corton with

leaflet.

40.6 800 32480

397 Tab. Secelamer 800mg, pack of 100 or less.

Packed in a carton with

leaflet.

54 10000 540000

398 inj. Calcitrol 1mcg, pack of 100 or less.

Packed in a carton with

leaflet.

1760 1500 2640000

399 Syp. Dexibuprofen

100mg/5ml, bottle of120

ml or less, individually

packed in carton.

110 20000 2200000

400 Syp. Roxithromycin

50mg/10ml, bottle of120

ml or less, individually

packed in carton.

41 20000 820000

401 Syp. Clarithromycin

250mg/ml, bottle of120

ml or less, individually

packed in carton.

275 20000 5500000

402 Inj. Cefoperazone

2gm, pack of 100 or

less,packed in carton with

leaflet.

415 5000 2075000

Estimated Price 1039047507

Page 79: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

79

BIDDING DOCUMENTS FOR PROCUREMENT OF SURGICAL

DISPOSABLE ITEMS BY OPEN COMPETITIVE BIDDING FOR

FINANCIAL YEAR 2021-22.

(DHQ/TEACHING HOSPITAL GUJRANWALA)

Page 80: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

80

BID PAPERS (CHECK LIST)

1. INDEX AND PAGE MARKING CERTIFICATE BY THE BIDDER (COMPULSORY AND SUBMIT AT THE

TIME OF TENDER DOCUMENTS SUBMISSION) A / NA

2. INVITATION OF BID

3. EVERY PAGE OF BID MUST BE SIGNED AND STAMPED BY THE BIDDER

4. CDR (photocopy is compulsory to attach with technical bid)

5. ORIGINAL PURCHASED RECEIPT OF BIDDING DOCUMENTS

6. ATTESTED COPY OF CNIC

7. AUTHORITY LETTER ON LETTER HEAD SIGNED AND STAMPED BY THE CHAIRPERSON/MD OF THE FIRM

8. AFFIDAVIT

9. VALID DRUG MANUFACTURING /SALES LICENSE

10. VALID DRUG REGISTRATION CERTIFICATES

11. VALID GOOD MANUFACTURING PRACTICES CERTIFICATE/EQULANCE CERTIFICATE FOR

IMPORTER

12. INCOME TAX REGISTRATION CERTIFICATE

13. INCOME TAX RETURN LAST YEARS

14. SALES TAX REGISTRATION CERTIFICATE

15. FINANCIAL CAPACITY

16. EXPERIENCE OF THE PRODUCTS

17. FDA/WHO STANDARD LETTERS

18. EXPORT OF QUOTED PRODUCTS

19. FRESH SAMPLES OF QUOTED ITEMS(NO SAMPLE ACCEPTED AFTER BID SUBMISSION DATE)

Page 81: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

81

INDEX CERTIFICATE/ BID COVER SHEET Bid Ref. No. ------------------------ Date---------------------------- Name of the Supplier/Firm Contractor: ---------------------------------------------------------------------------------------- Designation and CNIC NO.: ----------------------------------------------------------------------------------------------------- Mailing Address of the firm: ------------------------------------------------------------------------------------------------------- -------------------------------------------------------------------------------------------------------------------------------------- ------ E-mail:_____________________ Phone No. of the firm /sole agent: __________________________ Fax No.: ________________________ I do hereby certify on behalf of M/S_____________________________ that the bidding documents submitted for the

tender of __________________________ contains total pages _________________. Moreover, the page marking is

done and index has been prepared which is marked as page No.____.

List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No and the name of the Items selected for Bidding. Use additional Sheets if Required)

Sr.# Name of Item

Six samples of each quoted items. Signed/stamped Dated:

Note: (This form will be submitted by the manufacturer/sole agent at the time of submission of bid and attach NIC

copy. Without this form no bid will be accepted and if documents are not prepared as per index its bid will not be evaluated technically. The firm has to submit a tap binding bids.)

Page 82: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

82

Invitation for Bids(Financial Year 2021-22. Procurement of Surgical disposable items: 1. Management of District Headquarter/Teaching Hospital Gujranwala invites sealed bids to conclude the framework contract from the manufacturers, importers/sole agents of foreign principals for procurement of Surgical Disposable Items etc. to meet the requirement of this institution on free delivery basis to consignee’s end basis. Detailed descriptions of Surgical Disposable Items etc. are given in the Bidding Documents. 2. Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of nonrefundable fee of Rs.2000/-. Bidding Documents shall be issued only during office hours. 3. Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per Rule 38 of Punjab PPRA-2014 (amended). 4. Bids must be delivered at or before on 10-09-2021 at 11:00 am. Bid security of 2% of coated item (refundable) in the shape of call deposit receipt required to be supported with the financial bid. Late bids will be rejected. Bids will be opened in the same day at 11:30 am in the presence of the bidders or representatives. 5. The Bidders are requested to give their best and final prices. 6. Bids must be marked with numbering, attestation on each paper and proper binding. (Ring or tape binding).No documents will be accepted later on. Index must be attached with bid and attached documents in symmetry as per evaluation criteria. Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules 2014(amended).

-SD-

MEDICAL SUPERINTENDENT DHQ/TEACHING HOSPITAL GUJRANWALA

Page 83: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

83

Section 1: 1. Scope of Bid

The DHQ/Teaching Hospital Gujranwala invites sealed bids from firms to conclude the framework contract for supply of Surgical Disposable Items etc. to meet the requirement of this institution specified in the Schedule of Requirements along with Technical Specifications. 2. Source of Funds

The Government of Punjab has allocated funds to the institution/Hospitals for purchase of surgical disposables and other items under the relevant head of Account during the Financial Year 2021-22. 3. Eligible Bidders

This Invitation for Bids is open to all original manufacturers and in case of imported goods their sole agents in

Pakistan notified by the government as prequalified under rule 16(11) of PPRA 2014(amended.) for the year 2021-22

for supply of Goods more specifically described in the Schedule of Requirement.

The manufacturer’s representative and sole agent must possess valid authorization from the Manufacturer and shall have to submit a copy of Memorandum of Association/ Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof to the effect that they are the original Manufacturer of the required specifications of Goods. Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE and the bidder should provide an affidavit on legal stamp paper of Rs.100/- for this purpose. The bidder should be debarred from bid on account of submission of false statement. 4. Corruption and Fraud:

The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time. 4.1 The following are the events which would lead to initiate under the PPRA Rule 2014(amended) Blacklisting/debarment process. i- Submission of false fabricated/forged documents for procurement in tender.

ii- not attaining required quality of work

iii- inordinate tardiness in accomplishment of assigned/agreed responsibilities/contractual obligations resulting loss to

procuring agency.

iv- non execution of work as per term and condition of contract.

v-any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public

procurement process

vi- involvement of any tender fixing

vii- persistent an intentional violation of important conditions of contract

viii- non adherence to the quality standards

ix- security consideration of the state

5. Eligible Goods and Services.

All goods and related services to be supplied under the contract shall conform to the policies of the Government of Punjab in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes 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 ancillary services such as transportation, insurance, after sale service etc. 6. 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 conduct or outcome of the bidding process. 7. Bidding for Selective Items.

Page 84: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

84

A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements. However, Bidders cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT.

The Bidding Procedure

8. The Governing Rules.

The Bidding procedure shall be governed by the Punjab Procurement Rules, 2014(amended) of the Government of Punjab. 9. Applicable Bidding Procedure.

The bidding procedure is governed by Rule 38 “Procedures of Open Competitive Bidding” “Single stage – Two

Envelop procedure”. 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; 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. ix) The financial proposal of bids found technically non-responsive shall be returned unopened to the respective Bidders; and x) The bid found to be the lowest evaluated bid shall be accepted.

The Bidding Documents

10. Contents of the Bidding Documents

The goods required, applicable 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) Schedule of Requirement. (c) Technical Specifications. (d) Evaluation Criteria. (e) Bid Forms i) Letter of Intention ii) Affidavit iii) Technical Forms (f) General Conditions of the Contract (g) Special Conditions of Contract, (h) Draft Contract.

The “Invitation for Bids” is not a formal 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 Bidding Documents shall take precedence. 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.

Page 85: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

85

11. Clarification(s) on Bidding Documents.

A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Bid. The Procuring Agency shall respond in writing to any request for clarification(s) 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. 12. Amendment(s) to the 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(s) requested by a prospective Bidder, may modify the Bidding Documents by amendment(s). All prospective Bidders that have received the Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them. In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.

Preparation of Bids

13. Language of Bids.

All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written either in English or Urdu or both languages. 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 or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence. 14. Documents comprising the Bids.

The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section IV. The Bidder shall complete the Bid Forms indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price. 15. Bid Price.

The Bidder should quote the prices of goods according to the technical specifications as provided in Section II of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. The Bidder is required to offer a competitive price. All prices must include the General Sale’s 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 taxes and duties shall be passed on to the Procuring Agency. Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid. While making a price quote, 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. 16. Bid Currencies.

Prices shall be quoted in Pak Rupees. 17. Samples.

The Bidder shall provide samples of quoted goods along with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Section II. Firms provide samples of items with bids. No samples will be received after Bid submission date. 18. Documentation on Eligibility of Bidders.

Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

Page 86: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

86

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 an eligible bidder.

(a) The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license /registration

certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be

provided.

(b) 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.

(c) 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.

(d) The bidder should have minimum two-year experience in the market. 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.

(e) 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.

(f) The bidder must indicate the registration number, make of country of origin / Manufacturer of the drugs, capacity of

production of the firm, its financial status, batch capacity, 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.

(g) The bidder shall provide a list of plant, major machinery and equipment installed in the factory. In case of imported products, the profile / credentials of the foreign Manufacturer in the respective foreign country, shall be provided along with bid. 19. Documentation on Eligibility of Goods.

The Bidder shall furnish, as part of its bid (Bid Form) as specified in Section IV, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract. 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. Submission of sample:

a) The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s) according to the strength and packing of demand of enquiry. No technical proposal / bid shall be considered in absence of samples. b) The representative sample(s) must be from the most recent stocks, supported by valid warranty as per Drugs Act 1976. 20. Bid Security.

The Bidder shall furnish, as part of its bid, a Bid Security 2% in the amount specified in the Bid. Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids. The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security. The bid Security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity; Or (b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a performance security (if any). 21. Bid Validity.

Bids shall remain valid for currant financial year 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. 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 respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. 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

Page 87: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

87

(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. 22. Format and Signing of Bids. The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, he will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid. The original 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 form. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

Submission of Bids

23. Sealing and Marking of Bids.

The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an outer envelope. The inner and outer envelopes shall:

(a) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

(b) Bid Reference No. indicated in the Invitation for Bid, and a statement: “DO NOT OPEN BEFORE,” the time and the

date specified in the Bid for opening of Bids.

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”. In case the Bidder is bidding for more than one item, they will have to prepare separate price schedule for each item, seal them in separate envelops with naming of items. Envelops of each individual items will further be sealed in one envelope marked as “Financial Proposal”. This arrangement will enable the Procuring Agency to return bid related to any item of any Bidder unopened in case the item is declared as ineligible or non-responsive. If the outer as well as inner envelope is not sealed and marked as required by above the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 24. Deadline for Submission of Bids

Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid. Bids received later than the time and date specified in the Bid will stand summarily rejected. The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, 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. 25. Late Bids

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 Bidder. 26. 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 period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder.

Page 88: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

88

Opening and Evaluation of Bids

27. Opening of Bids by the Procuring Agency.

All bids received, shall be opened by the Procuring Agency publically in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid invitation. The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid invitation. All Bidders in attendance shall sign an attendance sheet. The Procuring Agency shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, items bided for and unit prices and total amount of the Bid (if applicable). The Procuring Agency may choose to announce any other details which it deems appropriate if not in conflict with the

Punjab PPR- 2014(amended), specifically Rule 30(Opening of Bids)

The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to

the Bidder

The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s). 28. 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. 29. Preliminary Examination.

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. In the financial bids the arithmetical errors shall be rectified on the following basis.

a) 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.

b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited.

c) If there is a discrepancy between words and figures, the amount in words shall prevail. 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. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, 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 Laws, Taxes & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial 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. 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. 30. Evaluation and Comparison of Bids.

The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive. All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these bidding documents. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 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.

Page 89: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

89

31. Qualification of Bidder

The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding. The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily. The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. An affirmative determination shall be a prerequisite 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. The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 32. Evaluation Criteria:

For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances,

previous Drugs Testing Laboratory, test / analysis reports, inspection of plant / factory /premises, previous experience,

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 weighing evaluation factors/ criteria can be applied

for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation

Report.

i) The firm must have minimum experience of one year, in supply of the relevant product with good performance

certificate.

ii) Financial status of the firm would be derived from the transactions of bank statement and debt. The minimum

financial worth is Rs. 150 million. Financially sound party with excellent business record could get higher marks.

iii) Range of marking would be based on the duration of the market availability of the product. The market availability/

rates checked from Market and at the level of District Head Quarter by the committee notified by Procuring Agency.

iv) 100% complete information according to the bid requirement may the firm able to get maximum marks

v) 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 minimum qualifying mark which is 60% for manufacturer/importer and or 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 minimum qualifying marks, the

date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is

optional.

vi) Financial proposals shall be opened publicly in the presence of the bidders’ 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.

Page 90: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

90

33 Drug Specification Performa:

This Performa with the list must be signed and attached with technical evaluation criteria for individual item quoted by the firm. 34. Rejection of Bids

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. The Procuring Agency incurs no liability, solely by virtue of its invoking towards Bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 35. Re-Bidding

If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may call for a re-bidding. The Procuring Agency, if it deems necessary may prescribe another method of procurement not inconsistent with the Punjab Procurement Rules-2014(amended). 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. 36. Announcement of Evaluation Report

The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 37 of the PPR-2014(amended) giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. 37. Contacting the Procuring Agency.

Subject to ITB Clause 28 above, no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a 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 bid evaluation is strictly prohibited. Any infringement shall lead to disqualification.

Award of Contract

38. Acceptance of Bid and Award Criteria.

The Bidder, whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Punjab Government, shall be awarded the Contract, within the original or extended period of bid validity. 39. Procuring Agency’s Right to vary quantities at the time of Award.

The Procuring Agency reserves the right at the time of award of Contract to increase or decrease, the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions. 40. Notification of Award.

Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has been accepted. The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder. The enforcement of the Contract shall be governed by Rule 55 of the PPRA-2014(amended). 41. Limitation on Negotiations

Save and otherwise provided in PPRA Rule 2014(amended) procuring agency shall not negotiate with any bidder. 42. Signing of Contract.

After the completion of the Contract, the contract is to be made on judicial paper worth of Rs.@25paisa per every one hundred rupees of the total value of the contract, under section 22(A)(B) of the schedule 1 of stamp duty act 1899 read with finance act 1995,notification no.AW/HD/8-21/77(PG) DATED 1

st January 2014(amended), the Procuring

Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.

Page 91: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

91

Within ONE week of receipt of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract in accordance with the legal requirements in vogue. If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted an debarred from future participation, whether temporarily or permanently. In such situation the Procuring Agency may award the contract to the next lowest evaluated Bidder or call for new bids. The Contract shall become effective upon affixation of signature of the Procuring Agency and the selected Bidder on the Contract document, and shall be governed for ONE year period and by the terms and conditions mutually agreed in the contract. 43. Performance Guarantee.

On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee, on the Form and in the mannered prescribed by the Procuring Agency. The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee. Failure to provide a Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the Procuring Agency may award the contract to the next lowest evaluated bidder or call for new bid.

SECTION II

Schedule of Requirements: The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the procuring agency as per following schedule of requirements:-

Mode of Penalty 100% Quantity as per Purchase Order

Total delivery period

Without penalty 60 days or earlier 60 days

With penalty @0.067% per day of purchase order after 20 days

After 60 days and decided by concerned consignee on the formal request of supplier with proper justification.

The detail of surgical disposable can be obtained from the office of the Purchaser during office hours. The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.

Section III:

PART A: EVALUATION CRITERIA SURGICAL ITEMS/MEDICAL DEVISES (COMPULSORY PARAMETERS)

NOTE: Failure to comply with any compulsory parameter will result in non responsiveness of the bidder. Bidders comply with compulsory parameters will be evaluated further for marking criteria. Bid receipt No.: _____________________________________ CDR No.: ______________________________________ If attached with financial bid, the photocopy is compulsory to attaché with technical bid.

Valid Manufacturing/Drug Sales License Certificate: __________________ Letter of Authorization by the participated firm/ Valid Partnership deed :( for each quoted item) ____________ (Provide authorization letter with signature and stamp by director of firm along with CNIC and contact number of authorize person)

NTN No.: ___________________________________________ GST No.: __________________________________________

Page 92: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

92

Valid Drug Registration Certificates/Drug Enlistment Certificate of in the name of bidder: _______________________ (attach list as per page # 23) (Registration will be preferred. Only those items without registration will be accepted whom relaxation has being granted by DRAP Medical Devises Rule 2018.

Affidavit: (see page # 18, Rs. 100 stamp paper verified by notary public)

replacement of expired/substandard/unconsumed items

corruption& fraudulence, blacklisting, overpricing

Non declaration of spurious, adulterated batches by DTL of Punjab/any competent lab of Quoted

items within last three year)________________

Valid GMP Certificate ______________________________________ List of Quoted Items: _______________________________________ (see page # 23)

Six packs of commercial samples.

Valid free sale certificate indicating that the quoted brand is freely available in the country of manufacturer for at least two years. This certificate must be issued by relevant authority of the country of origin duly legalized/notarized by embassy of Pakistan in country of manufacturer.

Note:

(Attach computerized fill Performa and Attach all the relevant documents listed above and highlight the quoted items registration numbers and the bidder must have to qualify this part of evaluation criteria.)

Evaluation Criteria: Part B BID EVALUATION CRITERIA FOR SURGICAL ITEMS (FOR MANUFACTURER)

SR#

DESCRIPTION MARKS FOR EVALUATION

1 Bidder Performance (Last 2 years) Major institutions (Government / Semi-Government / Well Reputed Private Hospitals) served:

NO. OF INSTITUTION

1

2 to 3

4 to 5

6 to 7

8 and above The Claim requires documentation (Purchase Orders/ Receipt Certificates/ Delivery Challans etc.) of the institution(s).

10

2

4

6

8

10

2- Credibility & Certification of Manufacturer 1-WHO / US FDA / CE certification / WHO Prequalification /Prequalification by Provincial or Federal Institutes (July 2017 to onward)

20

12

2-Valid ISO-13485 certification. The certificate issuing organization must be approved by PNAC / LAF / UKAS / NANDO.

8

Page 93: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

93

3- FINANCIAL CAPACITY OF THE BIDDER ANNUAL TURNOVER OF LAST FINANCIAL YEAR

20

2500 MILLION OR ABOVE 20

BETWEEN 2000-------2500 MILLION 15

BETWEEN 1000-------2000 MILLION 10

LESS THAN 1000 MILLION THE bidder shall provide requisite documents i.e. FBR documents showing the Annual sale of the firm.

05

4- EXPERIENCE OF THE QUOTED PRODUCT FROM LAST 3 YEAR Supply of the quoted product equivalent or higher than the advertised quantity in the private sector only

20

20

Supply of the quoted product equivalent or higher than the advertised quantity in the private& public sector only

13

Supply of the quoted product at least 60% of the advertised quantity in the private& public sector only

06

Supply of the quoted product at least 60% of advertised quantity in the public sector only The bidder shall provide verifiable documentary evidences like commercial invoices along with a summary of the sale of the quoted product, purchase orders /delivery challan. the bidder shall also provide batch manufacturing record of the product.

03

Total marks: 70 Qualifying marks: 42 out of 70 (60%) The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically nonresponsive shall be returned un-opened to the respective Bidders.

EVALUATION CRITERIA SURGICAL ITEMS (FOR SOLE AGENTS)

SR#

DESCRIPTION MARKS FOR EVALUATIO

N

1 Bidder Performance (Last 2 years) Major institutions (Government / Semi-Government / Well Reputed Private Hospitals) served:

NO.OF INSTITUTION

1

2 to 3

4 to 5

6 to 7

8 and above The Claim requires documentation (Purchase Orders/Receipt Certificates /Delivery Challans etc.) of the institution(s).

10

2

4

6

8

10

2- Credibility & Certification of Manufacturer 1-WHO / US FDA / CE certification / WHO Prequalification /Prequalification by Provincial or Federal Institutes (July 2017 to onward)

20

12

2- Valid ISO-13485 certification. The certificate issuing organization must be approved by PNAC / LAF / UKAS / NANDO.

8

3- FINANCIAL CAPACITY OF THE BIDDER ANNUAL TURNOVER OF LAST FINANCIAL YEAR

20

2500 MILLION OR ABOVE 20

Page 94: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

94

BETWEEN 2000-------2500 MILLION 15

BETWEEN 1000-------2000 MILLION 10

LESS THAN 1000 MILLION THE bidder shall provide requisite documents i.e. FBR documents showing the Annual sale of the firm.

05

4- EXPERIENCE OF THE QUOTED PRODUCT FROM LAST 3 YEAR Supply of the quoted product equivalent or higher than the advertised quantity in the private sector only

20

20

Supply of the quoted product equivalent or higher than the advertised quantity in the private& public sector only

13

Supply of the quoted product at least 60% of the advertised quantity in the private& public sector only

06

Supply of the quoted product at least 60% of advertised quantity in the public sector only (The bidder shall provide verifiable documentary evidences like commercial invoices along with a summary of the sale of the quoted product, purchase orders/delivery challan. the bidder shall also provide batch manufacturing record of the product.)

03

BIDDER&MAUFACTURER RELATIONSHIP Sole agent certification from manufacturer Less than one year will not be considered.

10

Up to 2 years 3

Up to 5 years 7

More than 5years 10

Total marks: 80 Qualifying marks: 48 out of 80 (60%) The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically nonresponsive shall be returned un-opened to the respective Bidders.

Letter of Intention Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g. Supply of Surgical etc} To: [Name and address of Procuring Agency] Dear Sir/Madam, Having examined the bidding documents, including Agenda 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 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 above amounts are in accordance with the Price Schedules attached here with and are 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 undertake to provide a performance security/guaranty in the form, in the amounts, and within the time 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.

Page 95: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

95

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 ITB clauses 18 &19 of the bidding documents. Dated: Signed: In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

AFFIDAVIT

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 Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB. 4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB. 5) The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. 6) 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 and there is no over pricing. 7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. 8) The undersigned offered rates are not higher than any other institution and the items are not declared spurious/adulterated by DTL during last three years. 9) The undersigned are responsible for replacement of unconsumed/expired/substandard stock of the surgical.

Page 96: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

96

10) I/We undertake that I/We will ready to pay the standard charges of testing samples by the DTLs Punjab. 11) We further undertake to provide the Batch Release lab test reports of each batch of the product on its delivery. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief. Signed:

SECTION V:

Special Conditions of the Contract AGREEMENT

THIS CONTRACT is made on day of 2021, between the Purchaser of the First Part and M/s (firm

name) a firm registered under the laws of Pakistan and 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 invited bids for procurement of goods, in pursuance whereof 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 Purchaser has accepted the bid by the Supplier; NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:- a. the Technical Specifications

b. the General Conditions of Contract 2. Interpretation: 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”: 3. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless amended by mutual consent. 4. The Supplier declares as under: i. [Name of 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 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. ii. 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

Page 97: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

97

obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto. iii. [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 Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. iv. [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 available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency. v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] 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 [The 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 Procuring Agency. vi. 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. 5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder. (ii) Each Items supplied shall strictly conform to the Schedule of Requirements and to the Technical Specification prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule is inclusive of all taxation and costs associated with transportation and other agreed incidental costs. 6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items 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. 7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name] 8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at Annex F. 9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a Performance Guarantee equivalent to 05% of the total Contract amount on the prescribed format and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract. 10. Penalties/ Liquidated Damages.

i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in

the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall stand cancelled.

ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited.

Page 98: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

98

iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation. iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier. 11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: [insert: name of office ] [insert: name of officer ] [insert: postal address ] [insert: telephone number, indicate country and city code ] [insert: facsimile or cable number or e-mail address ] For the Supplier:

______________________________________________________________________________________________

______________________________________________________________________________________________

________________________________________________________________

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. Signed/ Sealed: For the Purchaser. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Signed/ Sealed: For the Manufacturer/ Authorized Agent. Signature: ________________________________________ Name: ___________________________________________ Designation: _______________________________________ Technical Specifications and Ancillary Services a). Product Specifications. (Detailed technical specifications, given in Section II, will be followed) b). Labeling and Packing

i. The manufacturer shall follow the Drugs (Labeling and Packing) Rules 1986, framed under the Drugs Act, 1976.

ii. However, the name of Surgical (Generic & Brand), equally prominent, should be printed/ written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters.

Page 99: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

99

All tablets shall be supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps. c) Additional instructions for packing i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including coloration of surgical) of the Drug for human consumption etc. in accordance with the Drug Act, 1976 on judicial paper. ii. The bidder shall supply the Surgical in special green packing with Logo of the Government of Punjab. The following wording/insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.

“DHQ/TEACHING HOSPITAL GUJRANWALA PROPERTY” “NOT FOR SALE”

iii. After signing of the Contract, the Supplier shall submit the samples of finished surgical in accordance with the above instructions for approval of the procuring agency and all subsequent supplies must be in accordance with the approved samples. d). Shelf life i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs. ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall

in shelf life below prescribed limit for locally manufactured and imported surgical respectively.

iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70% will be accepted without

penalty charges and up to 60% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed

limit”

e). Testing/Verification Procedures

i. After delivery of surgical at the Purchaser’s premises, the Purchaser shall send the samples from each batch to the

Drugs Testing Laboratory, Punjab for testing. The Inspection Committee constituted by the Purchaser shall inspect the

quantity, specifications of goods after receipt of standard quality report from DTL concerned. The cost of the lab tests

shall be borne by the Supplier and the cost of DTL testing of surgical will be borne by the supplier if there is any

problem in efficacy of surgical at any time.

ii. In case of substandard report of any batch, the Supplier has the right to go for appellate laboratory. If it is again

declared substandard, the Supplier will be intimated and they will be bound to resupply the entire fresh stock of that

batch free of cost within the reasonable time period to be intimated by the purchaser but not later than 21 days (three

weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. At the

parallel, the case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act 1976 and

disposal of substandard stocks.

iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it is

declared of standard quality by DTL, if found not according to the approved sample and other technical specifications

like packaging, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the

unconsumed expired stores without any further charges.

f). Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the surgical as is required to prevent their damage or deterioration

during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of

Requirement

Page 100: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

100

ii. All costs associated with the transportation including loading/unloading of surgical and road taxes shall be borne by

the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.

Annex Drug Specification Performa (List must be signed and attached with T.E) Name of manufacturer: Address of the manufacturer:

Sr#

Tender#

Item#

Generic name Offered brand name

Drug registration

Dosage form

Packing offered

MRP T.P

Name and sign:______________________________________ Designation:_________________________________________ Stamp:______________________________________________

Page 101: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

101

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 Purchaser (provincial and district Health department) and the Supplier, as recorded in the Agreement 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 all those supplies which the Supplier is required to supply to the Purchaser under the

Contract.

(d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods up to the desired destinations 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 Special Conditions of the Contract. (g) “The Purchaser” means the procuring agency.

(h) “The Supplier” means the individual or firm 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. Source of Import 3.1 All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services. 3.2 For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing. 4. Standards

4.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

4.2 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in

conformity in all respects with the provisions of this Contract.

4.3 If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which

will be purchased by the procuring agency) the price difference shall be paid by the Supplier.

4.4 In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or incineration 5. Use of Contract Documents and Information

5.1 The Supplier shall not, without the Purchaser’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 Purchaser

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 Purchaser’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

Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the

Contract if so required by the Purchaser.

5.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance

of the Supplier.

Page 102: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

102

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser 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 Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be. 8. Ensuring storage arrangements

8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least 0ne (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay. 9. Inspections and Tests

9.1 The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. 9.2 All costs associated with testing shall be borne by the Supplier.

9.3 The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at

Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the

goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods

delivery from the point of Supply or manufacturing.

9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Delivery and Documents

10.1 The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make

delivery of the goods.

10.2 The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of

delivery and in the manner prescribed.

10.3 The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the

buyer after the Goods having been delivered;

11. Insurance 11.1The supplier shall be solely responsible for Insurance of the Goods subject to the contract. 12. Transportation

12.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier. 13. Incidental Services

13.1 The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid price. 14. Warranty

14.1 All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in

the SCC.

14.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. 15. Payment

15.1 The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment

Schedule agreed and annexed to this contract.

15.2 The currency of payment shall be Pakistan Rupee. 16. Prices

Page 103: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

103

16.1 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 the expiry of the contract unless the Parties to this contract mutually agree to vary the prices. 17. Contract Amendments

17.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 18. Assignment The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent. 19. Subcontracts The Supplier shall not be allowed to sublet and award subcontracts under this Contract. 20. Delays in the Supplier’s Performance

20.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the

Purchaser in the Schedule of Requirements.

20.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of

the goods; the Supplier shall promptly notify the Purchaser 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 Purchaser shall evaluate the situation and

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 Parties by an amendment to the Contract.

20.3 Except as provided under GCC Clause 20, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time. 21. Termination for Default

21.1 The Purchaser, 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 and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC

Clause 20; or

(b) If the Supplier fails to perform any other obligation(s) under the Contract.

(c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. 22. Force Majeure

22.1 Notwithstanding the provisions of GCC Clauses 20 and 21, the Supplier shall not be liable for forfeiture of its

Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s 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 Purchaser in its sovereign

capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight

embargoes.

22.2 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and

valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all

reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its

findings promptly.

22.3 Unless Purchaser informs the Supplier in writing of its agreement on the application of force majeure, 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.

23. Termination for Insolvency

23.1 The Purchaser 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

Page 104: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

104

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.

24. Arbitration and Resolution of Disputes

24.1 The Purchaser 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.

24.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser 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.

24.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through

arbitration under the Arbitration Act of 1940 (As amended from time to time).

25. Governing Language

25.1 The Contract shall be written in English language. Subject to GCC Clause 26, 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.

26. Applicable Law

26.1 This Contract shall be governed by the Laws of Pakistan and the courts of Gujranwala shall have exclusive

jurisdiction.

27. Notice

27.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and

on the others address specified in SCC.

27.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

28. Taxation

28.1 All taxation, whether International, Federal, Provincial or local, shall be borne by the Supplier.

29. Replacement of Expired/Substandard/Unconsumed/Banned/Adulterated Drugs

29.1 Expired/substandard/unconsumed/banned/adulterated surgical will be governed by the drug act 1976,

suppliers/manufacturers will also furnish warranty certificate on legal stamp paper of Rs.20/ at the time of delivery.

That the firm will replace unconsumed/expired/substandard/banned/adulterated drugs without any further charges.

The replacement will be made as per following instructions:

a) Expired surgical should be destroyed by the inspection team constituted by the Medical Superintendent

DHQ/Teaching Hospital Gujranwala in the presence of representative of the firm.

b) Replacement of expired/substandard etc surgical would be made either with the same drugs in its quantity or if the

same drugs are not needed the other surgical from our hospital formulary would be accepted at the same amount of

that surgical.

c) Regarding the price to be charged for such replacement, if the firm has concluded the contract with this hospital for

the said drug, it would replace such drug on the same price on which rate contract has been finalized .in case the

replacement is to be made by the firm with non-tender item, the price would be determined on the basis of MRP minus

15%(as discount) or the price fixed by the firm whichever is less.

d) In case surgical required to be replaced are no longer being acceptable surgical, the firm would refund the amount

due.

Page 105: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

105

DEMAND FOR SURGICAL ITEMS DHQ / TEACHING HOSPITAL GUJRANWALA

(2021-22)

Sr.

No. Name of Drug/Medicines

Specification (Clear &

Unambiguous)

Unit

Price

(Rs)

Final

Forcasted

Demand

2021-22

Amount

Surgical/Disposable

1 Absorbent Cotton wool BPC Pack of 500gm. Individual

pack. 244.9 35000 8571500

2 ADULT cold knife wolf conpatible 2100 150 315000

3 Air ways No. 4, pack of 50. 45 3000 135000

4 Alcohol swabs, pack of 200 or less. 5.95 650000 3867500

5 Bandage Plaster of Paris BPC, 10cm x2.7Metre. Dozen Pack. 75 30000 2250000

6 Bandage Plaster of Paris BPC, 15cmx2.7Metre. Dozen Pack. 103 80000 8240000

7 Blood transfusion set, pack of 50 or less. 150 2500 375000

8 Bonewax, pack of 20 350 2000 700000

9 BSR Strips, pack of 50 or less with lancets 17.97 400000 7188000

10 Chromic Cat Gut (Sterile) 2, 30mm, ½ circle round body

needle, box of 12 foils. 167.69 20000 3353800

11 Chromic Cat Gut (Sterile) 1 ½ Circle RB Needle, 30mm

Box of 12 foils. 76.75 16000 1228000

12 Chromic Cat Gut (Sterile) 1 on curved needle, intestinal

45mm, box of 12 foils. 106.08 12000 1272960

13 clip all box of 20 or less 565 1000 565000

14 cord clamp, standard size Blister Pack, pack

of 50 or less. 18.7 20000 374000

15 Cotton bandage BPC 10cmX6m. dozen pack 20 52960 1059200

16 Cotton bandage BPC 6.5cmX6m. dozen pack 30.91 100000 3091000

17 Cotton crepe bandage 7.5cmX4.5m, dozen 39.9 54260 2164974

18 Cotton Crepe Bandages, 10cm x 4.5m, dozen 49.9 80000 3992000

19 CVP Line 3.5 FR(triple lumen) with

selainger wire , pack of 10. 2700 200 540000

20 CVP Line 4 FR (triple lumen) with

selainger wire, pack of 10. 2750 300 825000

21 CVP Line 6.5 FR (triple lumen) with

selainger wire, pack of 10. 3000 50 150000

22 CVP Line (single lumen) with selainger

wire, pack of 10. 1110 300 333000

23 CVP Line 3 FR (double lumen) with

selainger wire, pack of 10. 2400 200 480000

24 CVP Line 3.5 FR (double lumen) with

selainger wire, pack of 10. 2400 20 48000

25 CVP Line 4 FR (double lumen) with

selainger wire, pack of 10. 2500 30 75000

26 CVP Line 4.5 FR (triple lumen) with

selainger wire, pack of 10. 2800 20 56000

27 CVP Line 4.5 FR (double lumen) with

selainger wire, pack of 10. 2550 30 76500

28 CVP Line 5 FR (triple lumen) with

selainger wire, pack of 10. 2850 20 57000

Page 106: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

106

29 CVP Line 5 FR (double lumen) with

selainger wire, pack of 10. 2550 30 76500

30 CVP Line 6 FR (triple lumen) with

selainger wire, pack of 10. 3000 30 90000

31 CVP Line 6.0 FR (double lumen) with

selainger wire, pack of 10. 2500 20 50000

32 CVP Line 6.5 FR (double lumen) with

selainger wire, pack of 10. 2600 30 78000

33 CVP Line 7.0 FR (double lumen) with

selainger wire, pack of 10. 2700 20 54000

34 CVP Line 7.0 FR (triple lumen) with

selainger wire, pack of 10. 3000 200 600000

35 CVP Line 3 FR (triple lumen) with

selainger wire, pack of 10. 2160 50 108000

36 DCR tube pack of 5. 3300 200 660000

37 disposable clip applicator preloaded 20 loaded, pack of

50 or less. 18065 10 180650

38 Disposable Insuline syringe 1ml blister pack. 8.89 200000 1778000

39 Disposable Syringe 1ml with needle. (auto) 5.15 30000 154500

40 Disposable Syringe 3ml with needle (auto) (Blister

pack). 7.35 100000 735000

41 Disposable Syringe 5ml with needle (auto) (Blister

pack). 8.9

250000

0 22250000

42 Disposable Syringe 10ml with needle (auto).

(Blister pack). 7.68 400000 3072000

43 Disposable Syringe 20ml with needle

(conventional) (blister pack) 13.69 200000 2738000

44 Disposable Syringe 50ml with needle

(conventional) (blister pack) 75 10000 750000

45 DJ stent 4.7FR with pusher, pack of 5. 3595 400 1438000

46 DJ stent 6FR with pusher, pack of 5. 3595 500 1797500

47 ECG Electrodes pack of 100 or less 12 50000 600000

48 Endotrachial tubes no.2 uncuff,pack of 30 or less. 93 8000 744000

49 Endotrachial tubes no.2.5 uncuff,pack of 30 or

less. 93 7000 651000

50 Endotrachial tubes no.3 uncuff,pack of 30 or less. 93 4000 372000

51 Endotrachial tubes no.3.5 uncuff,pack of 30 or

less. 93 12000 1116000

52 Endotrachial tubes no.4 cuff and uncuff,pack of 30

or less. 93 4000 372000

53 Endotrachial tubes no.4.5 cuff and uncuff,pack of

30 or less. 93 4000 372000

54 Endotrachial tubes no.5 cuff and uncuff,pack of 30

or less. 93 3000 279000

55 Endotrachial tubes no.5.5 cuff and uncuff,pack of

30 or less. 93 3000 279000

56 Endotrachial tubes no.6 cuff and uncuff,pack of 30

or less. 93 8000 744000

57 Endotrachial tubes no.6.5 cuff and uncuff,pack of

30 or less. 93 8000 744000

Page 107: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

107

58 Endotrachial tubes no.7 cuff and uncuff,pack of 30

or less. 93 10000 930000

59 Endotrachial tubes no.7.5 cuff and uncuff,pack of

30 or less. 93 8000 744000

60 Endotrachial tubes no.8 cuff and uncuff,pack of 30

or less. 93 2000 186000

61 Epidural set No.16G, pack of 5 or less. 3600 3000 10800000

62 Epidural set No.18 G, pack of 5 or less. 3600 3000 10800000

63 Epidural set Combined spinal No.16 G, pack of 20 or less. 2100 3000 6300000

64 Epidural set Combined spinal No.18 G, pack of 20 or less. 2100 1000 2100000

65 Examination Gloves Forearm , Pack of 100 or less 18 100000 1800000

66 Examination Gloves Standard size, Pack of 100 7.8

100000

0 7800000

67 Face Mask 3 ply pack of 50. 6 800000 4800000

68 Face Mask 3 ply with long tie pack of 50. 20 500000 10000000

69 Feeding syringe 60cc (Blister pack) 100 or less. 75 19000 1425000

70 Feeding tube no.4, box of 50 or less. 33.7 3000 101100

71 Feeding tube no.5, box of 50 or less. 33.7 2400 80880

72 Feeding tube no.6, box of 50 or less. 33.7 11000 370700

73 Feeding tube no.7, box of 50 or less. 33.7 11000 370700

74 Feeding tube no.8, box of 50 or less. 33.7 12000 404400

75 Feeding tube no.10, box of 50 or less. 33.7 2870 96719

76 Feeding tube no.12, box of 50 or less. 39 1000 39000

77 Feeding tube no.14, box of 50 or less. 39 1000 39000

78 Feeding tube no.16, box of 50 or less. 39 40000 1560000

79 Feeding tube no.18, box of 50 or less. 39 1000 39000

80 Foley catheter 3way 22FR. Pack of 20 or less. 162 2000 324000

81 Foley catheter 3way 24FR. Pack of 20 or less. 163 1000 163000

82 Foley’s Catheters Two way Silicon Coated

no.10, pack of 20 or less. 104

2000 208000

83 Foley’s Catheters Two way Silicon Coated

no.12 pack of 20 or less. 104

2000 208000

84 Foley’s Catheters Two way Silicon Coated

no.14 pack of 20 or less. 104

2000 208000

85 Foley’s Catheters Two way Silicon Coated

no.16 pack of 20 or less. 104

50000 5200000

86 Foley’s Catheters Two way Silicon Coated

no.18 pack of 20 or less. 104

2052 213408

87 Foley’s Catheters Two way Silicon Coated

no.20 pack of 20 or less. 104

2000 208000

88 Foley’s Catheters Two way Silicon Coated

no.22 pack of 20 or less. 104

2000 208000

89 Gauze dressing BPC containing

0.5%chlorhexidine acetate 10cmx10cm pack of 10,

13 15472 201136

90 Guide wire 0.032'', 0.035'',

0.038'' curved or j tipped pack of 10.

1595 500 797500

91 I.V. Cannula with Injection Port Size 18, pack of 100’s or less. 58.9 60000 3534000

Page 108: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

108

and Integrated Closing Cone

92 I.V. Cannula with Injection Port

and Integrated Closing Cone Size 20, pack of 100’s or less.

58.9 110000 6479000

93 I.V. Cannula with Injection Port

and Integrated Closing Cone Size 22, pack of 100’s or less.

58.9 100000 5890000

94 I.V. Cannula with Injection Port

and Integrated Closing Cone Size 24, pack of 100’s or less.

87.8 120000 10536000

95 I/V sets, pack of 100 or less,packed in

carton. 15 400000 6000000

96

Introducer sheath 6fx11cm with

guidewire 0.038 x45cm and

introducer

needle 18Gx 6.5cm for TPM,

individually packed 1500

200 300000

97 L.P needle No.14, pack of 100 or less. 70 1000 70000

98 L.P needle No.18, pack of 100 or less. 80 1000 80000

99 L.P needle No.20, pack of 100 or less. 90 1000 90000

100 L.P needle No.23 pencil point, pack of 100

or less. 90 2000 180000

101 L.P needle No.23, quinke needle, pack of

100 or less. 115 3000 345000

102 L.P needle No.25, pencil point, pack of

100 or less. 415 20000 8300000

103 L.P needle No.25, quinke needle, pack of

100 or less. 115 12000 1380000

104 L.P needle No.27, pencil point, pack of

100 or less. 415 5000 2075000

105 L.P needle No.27, quinke needle, pack of

100 or less. 115 3000 345000

106 Liga clip large size, pack of 20 or less. 565 725 409625

107 Micro burette 100ml (sterilized), pack of 100. 107.29 98100 10525149

108 Nelaton Catheters no. 8, pack of 100 or less. 19 1000 19000

109 Nelaton Catheters no 10, pack of 100 or less. 19 500 9500

110 Nelaton Catheters no 12, pack of 100 or less. 19 2500 47500

111 Nelaton Catheters no 14, pack of 100 or less. 19 1500 28500

112 Nelaton Catheters no 16, pack of 100 or less. 20 4000 80000

113 Nelaton Catheters no 18, pack of 100 or less. 20 1000 20000

114 Nelaton Catheters no 20, pack of 100 or less. 20 1000 20000

115 Nelaton Catheters no 22, pack of 100 or less. 20 5000 100000

116 Nelaton Catheters no 24, pack of 100 or less. 26 1000 26000

117 Nelaton Catheters no 26, pack of 100 or less. 26 1000 26000

118 Nelaton Catheters no 28, pack of 100 or less. 30 1000 30000

119 Nerve Block Needle 5 cm, pack of 20 or less. 600 9000 5400000

120 Nerve Block Needle 10 cm, pack of 20 or less. 600 9000 5400000

121 Nerve Block Needle 15 cm, pack of 20 or less. 600 500 300000

122 Nerve Block Needle 20 cm, pack of 20 or less. 600 1000 600000

123 Non absorbable , Monofilament

Polypropylene Mesh, 6cm X 11cm, pack of 10.

1800 2000 3600000

124 Non absorbable , Monofilament

Polypropylene Mesh, 15cm X 15cm, pack of 10. 2600 2000 5200000

Page 109: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

109

125 Percutaneous nephrostomy set

(PCN) 8FR, pack of 10 or less.

2100 50 105000

126 Percutaneous nephrostomy set

(PCN) 12FR, pack of 10 or less.

2100 50 105000

127 Polydioxanone 1/2 Round circle body 1, pack

of 36 or less. 350 2000 700000

128 Polydioxanone 1/2 circle Round body 2/0,

pack of 36 or less. 350 2000 700000

129 Polydioxanone 1/2 circle Round body 3/0,

pack of 36 or less. 350 2000 700000

130 Polydioxanone 1/2 circle Round body 4/0,

pack of 36 or less. 350 2000 700000

131 Polydioxanone 1/2 circle Round body 6/0,

pack of 36 or less. 350 2000 700000

132 Pheco Blade 15,5.5,2.75, pack of 12 or less. 900 2000 1800000

133 plasma edge loope for bipolar

resection (cutting)

30 degree, 24fr, thick. Pack of

5. 21100 50 1055000

134 Poly Propylene 1,40mm ½ circle R.B. Needle,

Box of 12 Foils. 96.65 10000 966500

135 Poly Propylene 2/0 Cutting straight needle box

of 36foils or less. 352 13000 4576000

136 Poly propylene 2/0 straight needle,box of 12

foils. 160 60000 9600000

137 Poly Propylene 3/0 non cutting box of 36foils

or less. 402 4000 1608000

138 Poly Propylene 4/0 double needle spatulated

box of 36foils or less. 455 2000 910000

139 Poly Propylene 4/0 non cutting box of 36foils

or less. 403 8000 3224000

140 Poly propylene 4/0 with curved cutting needle

box of 12 foils. 96.5 15000 1447500

141 Poly Propylene 5/0 double needle spatulated

box of 36foils or less. 605 2000 1210000

142 Poly Propylene 5/0 CRB double needle silver

needle 13 mm 264 1000 264000

143 Poly Propylene

5/0 CRB double needle silver

needle 13 mm Vascullar

needle 320

1000 320000

144 poly propylene 5/0 round body needle,box of

36 foils or less. 475.62 1000 475620

145 Poly Propylene 6/0 CRB double needle (8597

code) 11mm 344.41 1000 344410

146 Poly Propylene 6/0 CRB double needle (8597

code) 11mm Vascullar needle 368.41 1000 368410

147 Poly Propylene 6/0 double needle spatulated

box of 36foils or less. 605 2000 1210000

148 Poly propylene 6/0 round body needle,box of

36 foils or less. 93.98 1000 93980

149 Poly Propylene 10/0 double needle spatulated

box of 36foils or less. 1005 2000 2010000

150 Polyglyctin/ polyglycolic acid 1/0,curved cutting needle,box 220.15 1000 220150

Page 110: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

110

of 36 foils.

151 Polyglyctin/ polyglycolic acid 1, ½ circle round body needle,

box of 36 foils or less. 233.05 2000 466100

152 Polyglactin/ polyglycolic acid

2/0, 30mm, ½ circle round

body needle, box 36 foils or

less. 207.22

2000 414440

153 Polyglactin/ polyglycolic acid

3/0, 30mm, ½ circle round

body needle, box 36 foils or

less. 130.18

5000 650900

154 Polyglactin/ polyglycolic acid 3/0 box of 36 foils or less 162.05 5000 810250

155 Polyglactin/ polyglycolic acid 5/0 box of 36 foils or less 151.15 1200 181380

156 Polyglactin/ polyglycolic acid 6/0 double needle spatulated

box of 36foils or less. 305 2000 610000

157 Poly sling adult individually packed in

cartan. 250 15000 3750000

158 Poly sling peads individually packed in

cartan. 250 15000 3750000

159 polythene glove all size, pack of 100 50

(pack)

25000

(Pack) 1250000

160 Radivac drain with bottle no.12 to 18, carton of 36. 460 1800 828000

161 scalp vein set 24G, pack of 100 or less. 11 30000 330000

162 Six Shooter esophageal bands individually pack. 1100 2000 2200000

163 skin stappler W35, pack of 10. 475 5000 2375000

164 Skin tractions peads individually packed in

carton 475 500 237500

165 Skin tractions adult, individually packed in

carton 475 2000 950000

166 Sterile Gauze Swabs B.P.C 10cm×10cm 8ply, blister pack,

pack of 10.

28.75

(Pack)

240000

(Pack) 6900000

167 surgi cell, pack of 12. 1270 500 635000

168 Surgical blade

size 11 individually packed in

aluminum foil packed in

carton,pack of 100 or less 18.75

5000 93750

169 Surgical blade size 15individually packed in

aluminum foil packed in carton,pack

of 100 or less 18.75 3500 65625

170 Surgical blade size 23individually packed in

aluminum foil packed in carton,pack

of 100 or less 18.75 25000 468750

171 Surgical Gauze BPC cloth 100cmx30m. (30 meter Pack) 569.4 5000 2847000

172 Surgical Gloves no.6.5 sterilized packed in

carton 57.2 40000 2288000

173 Surgical Gloves no.7 sterilized packed in carton 57.2 120000 6864000

174 Surgical Gloves no.7.5 sterilized packed in

carton 57.2 200000 11440000

175 Surgical Gloves no.8 sterilized packed in carton 57.2 50000 2860000

176 Surgical hypoallergenic latex free

breathable paper tape 2.5cmX5m, pack of 12.

42.29 254760 10773800.4

177 Surgical hypoallergenic latex free

breathable paper tape 5cmX5m, pack of 6.

76.79 30000 2303700

178 Temporary bipolar pacing catheter 6F, individually packed for TPM 4000 200 800000

Page 111: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

111

179 thoracic drain catheter no. 24, individually pack. 520 3000 1560000

180 thoracic drain catheter no. 26, individually pack. 525 2500 1312500

181 thoracic drain catheter no. 28, individually pack. 530 2500 1325000

182 thoracic drain catheter no.18, individually pack. 495 900 445500

183 thoracic drain catheter no.20, individually pack. 505 900 454500

184 Three way stopper with tubing pack of 50 or less. 96 10000 960000

185 Tracheostomy Tube 7 with cuff, individually blister

pack. 300 25 7500

186 Tracheostomy Tube 7.5 with cuff, individually

blister pack. 500 25 12500

187 Tracheostomy Tube Metalic 7 with cuff, individually blister

pack. 450 40 18000

188 Tracheostomy Tube Metalic 7.5 with cuff, individually

blister pack. 500 40 20000

189 Transparent polyurethane

dressing 10*14, pack of 50 or less.

93.3 2000 186600

190 Transparent polyurethane

dressing 28*30, pack of 20 or less.

200 2500 500000

191 Transparent polyurethane

dressing 45*28, pack of 20 or less.

1000 2500 2500000

192 Under cast padding (soft bon not

polyster) 6''*120''. Pack of 100 or less.

105.79 15000 1586850

193 ureteric catheter 3FR open end 2700 300 810000

194 ureteric catheter 4FR open end, 2700 200 540000

195 ureteric catheter 6FR open end 2700 50 135000

196 Urine bag (adult) with no return valve. Pack of 100. 32.89 50000 1644500

197 Urine bag with hanger (adult) with no return valve.Pack of 100. 90 10000 900000

198 Urine bag with urometer (adult) with no return valve.Pack of 100. 150 1500 225000

199 Bipolar loop plasma edge pack of 5. 20000 100 2000000

200 viscoelastice gel individually pack. 1700 1000 1700000

201 wolf loop 24fr single stem foe TUR. Pack

of 5. 21000 100 2100000

202 yanker suction set with connector pack of 200 or less. 180 10000 1800000

203 Optikon vitrcitoy cutter 20G, 23G 20000 100 2000000

204 Nylon suture 10/0 712 1000 712000

205 Silk Black 4/0, box of 12 40 1000 40000

206 ethiboul suture 5/0 500 500 250000

207 Dialysis Catheter double lumen adult, pack of 10. 3700 450 1665000

208 injector 200 150 30000

209 stapler of anastomosis of gut 475 50 23750

210 Polypropylene Mesh 8cm X 12cm, pack of 10. 1800 100 180000

211 Polypropylene Mesh 30cm X 30cm, pack of 10. 2600 200 520000

212 atrium chest tube with bottle 585 1500 877500

213 CRD (corrogated rebber drain) 10 2000 20000

214 forgarty's catheter size 3, 550 50 27500

215 forgarty's catheter size 4, 550 50 27500

216 forgarty's catheter size 5, 550 50 27500

Page 112: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

112

217 ERCP guide wire size 0.035 550 100 55000

218 stone extraction balloon size 8.5, 10, 12, 15 6600 25 165000

219 straight biliary plastic stent size 10 × 10 3595 50 179750

220 bouble pigrail biliary stent 7fr × 7cm 3595 50 179750

221 bouble pigrail biliary stent 10fr × 10cm 3595 50 179750

222 pancreatic stent single pigtail 7fr × 7cm 3595 50 179750

223 pancreatic stent single pigtail 10fr × 10cm 3595 50 179750

224 DJ Stent 4.7fr, 16cm length 3300 20 66000

225 Long Duratio DJ Stent 6fr 3595 200 719000

226 DJ Stent 7fr 3595 50 179750

227 Open end ureteric catheter 8fr 2700 50 135000

228 DJ Stent with gauid wire 3.5fr 3500 20 70000

229 I.V. Cannula with Injection Port

and Integrated Closing Cone Size 14 G, pack of 100’s or less. 58.9 50 2945

230 I.V. Cannula with Injection Port

and Integrated Closing Cone Size 16 G, pack of 100’s or less. 58.2 50 2910

231 L.P needle No.16, pack of 100 or less. 70 100 7000

232 Guide wire hydrophlic coated wire 1500 100 150000

233 Nerve Block Needle Echogenic 22G, 150 cm, pack of 20 or

less. 650 1000 650000

234 Nerve Block Needle Echogenic 22G, 100 cm, pack of 20 or

less. 650 2000 1300000

235 Chiba needle 20G, 15cm, pack of 20 or less. 150 300 45000

236 Echogenic Catheterr for nerve

block 300 1000 300000

237 Cont. catheter for spinal block 300 1000 300000

238 PCNL Sequential metallic dialator 9fr to 30fr 15000 1 15000

239 Pneumatic PCNL probe (EMS

Compatible) 2mm 1500 10 15000

240 adult hook knife (wolf/storz

compatible) 6000 5 30000

241 URS lithoclast probe (EMS

compatible) 1mm 3500 20 70000

242 URS lithoclast probe (EMS

compatible) 1.2mm 3500 20 70000

243 URS lithoclast probe (EMS

compatible) 0.8mm 3500 20 70000

244 PCNL ultrasonic probe (EMS

compatible) 10000 10 100000

245 paedriatic hook knife (wolf

compatible) 9000 5 45000

246 stone cone 3fr, 10mm 12000 50 600000

247 PCN drape kit 2200 50 110000

248 TUR-P drape kit 2000 50 100000

249 penile clamp 1500 10 15000

250 rubber bunk/sealing cap 500 50 25000

Estimated Price 378449721

Page 113: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

113

DHQ TEACHING HOSPITAL GUJRANWALA

BIDDING DOCUMENTS FOR PREQUALIFICATION OF ONLINE PROCUREMENT OF LP MEDICINES/ SURGICAL DISPOSALES (DAY TO DAY), FOR THE

FINANCIAL YEAR 2021-22.

(DHQ/TEACHING HOSPITAL GUJRANWALA)

Page 114: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

114

INVITATION OF BIDS FOR PREQUALIFICATION/TENDER OF ONLINE LOCAL PURCHASE SYSTEM

Mandatory/Essential Parameters:

1) Valid Drug Sale License (Computerized on Category “A” only) issued from the concerned

Competent authority.

2) 02% Call Deposit Receipt of Estimated Price for the Financial Year 2021 - 2022 Rs. 60,075,000 in

the Name of Medical Superintendent DHQ Teaching Hospital, Gujranwala for prequalification of

online local purchase system

3) The successful bidder will submit performance security of worth Rs.500, 000 for prequalification

4) Attested Computerized National Identity Card.(Both Pharmacist and Proprietor)

5) Computer with core i3 specifications (provide attested copy of purchase invoice of computer,

computer will be physically checked during inspection)

6) Attested copy of bill of Internet connection (4MB speed)

7) Attested copies of all academic record of IT Qualified person and appointment letter

8) Attach Original Tender Sale Receipt. (@ Rs: 2,000/- Non-Refundable)

9) Attested copy of NTN Certificate.

10) Bidder is bound to provide their Mobile No. & Latest Bank Statement of worth Rs/- 15 million.

11) Vendor Should Submit an affidavit worth Rs: 100/- that he has accepted all Terms & Conditions of

Tender Documents & PPRA RULES 2014 (AMENDED 2016) and Specialized HealthCare and

Medical Education Department letter No. D(M& E) 1-2/2017 dated April 2017 and shall continue

the same in future and undersigned will be competent to change the terms & Conditions time to

time.

12) Affidavit on Rs. 50/- Stamp Paper that the firm is not Black Listed.

13) Committee has all the rights to accept or reject one or all tenders and will not be challenged in the

court of Law or office.

14) Attach Pharmacy Profile.

15) Previous Performance Certificates.

16) Invoice of Fridge and AC.

17) Attested copies of academic record and Registration Certificate of Punjab Pharmacy Council

(Category A )of qualified person (Pharmacist)

18) The participating pharmacy will be within the 10 kilometer range from DHQ/Teaching Hospital

Gujranwala.

Page 115: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

115

Other Terms and Conditions:

1) All required documents should be Signed and Stamped by the vendors.

2) All Medicine and surgical items should be purchase through online LP System, these items must be

entered in LP Online software

3) The Medical Superintendent DHQ Teaching Hospital Gujranwala invites sealed bid from the eligible

vendors for prequalification of LP Medicine through online system to meet the requirement of DHQ

Teaching Hospital Gujranwala.

4) Interested Eligible Bidders may get the Bidding Documents from the office of the undersigned on the

submission of written application along with payment of non-refundable fee of Rs. 2,000/- (Two

Thousand Rupees only).

5) Documents are available up to 10-09-2021 at 11:00 am.

6) However a copy of the Documents for prequalification is also available for information only on the

websites of Punjab Procurement Regulatory Authority (www.ppra Punjab.gov.pk) until the closing

date for the submission of bids.

7) All procedure of prequalification would be done strictly according to PPRA Rules 2014, Specialized

HealthCare and Medical Education Department letter No. D (M& E) 1-2/2017 dated April 2017and

95 SM &IPU Dated 2-2-2018.

8) Bids must be delivered to the DHQ Teaching Hospital in the office of Medical Superintendent before

11:30 AM on above mentioned dates. Late bids will be rejected. Bids will be opened in the presence

of the bidders’ representatives.

9) All the pages of Bid should be marked (i.e. 1, 2, and 3).

10) If the last date falls on a holiday the validity shall be extended to the next first working day.

11) Firm is bound to accept all the terms & conditions mentioned in the Advertisement & Documents. In

case of failure Purchase Committee has right to cancel the Tender & will not be challenged in the

court or office.

12) The envelope must also clearly show title and vendor name & address. Bids submitted after

prescribed time shall not be entertained.

13) Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the

time and date specified in the Bid Data Sheet. Bids received later than the time and date specified

in the Bid Data Sheet will stand summarily rejected.

14) Indent of drug and its receiving shall be made as per the described mechanisms of the hospital.

15) The authorized pharmacist shall verify bills in comparison to entries in the register as per prescribed

mechanism of the hospital.

16) In case ordered medicines are not supplied by the contractor on the same day risk purchase should

be made from the security deposit of the contractor. In case of constant default the process of risk

purchase should be repeated and tenders may be called for fresh competition.

Page 116: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

116

17) The contractor will submit bills on monthly basis for payment. The contractor will provide authentic

price list of medications if and when required for verification of bills.

18) In case the contractor charges excess rates, the difference will be recovered from the contractor

either from his bills or security.

19) All applicable taxes shall be deducted as per prescribed rules.

-SD- Medical Superintendent DHQ/Teaching Hospital Gujranwala

Page 117: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

117

Evaluation Criteria For online LP System Financial Year 2021-22

DHQ/Teaching Hospital Gujranwala (Compulsory Parameters )

SR# Parameter Yes/No Remarks if

any

1 Original Bid Receipt

2 Call Deposit Receipt

3 Attested CNIC(Pharmacist & Proprietor)

4 Attested NTN Certificate

5 Affidavit

6 Valid Drug Sale License

7 Attested purchase invoice of computer

8 Attested Academic record of IT Qualified person

9 Attested Academic record of Qualified Person

(Pharmacist )

10 Invoice of Fridge & AC

11 Distance Certificate

Page 118: (DHQ/TEACHING HOSPITAL GUJRANWALA)

Bidding Documents for Procurement of Drugs and Medicines, Dialysis Medicines & Surgical

Disposable Items /LP Medicine DHQ TEACHING HOSPITAL, GUJRANWALA

118

EVALUATION CRITERIA FOR PREQUALIFICATION OF ONLINE LP SYSTEM

FINANCIAL YEAR 2021-22

Sr. # Parameters Details Maximum/ Total Marks

Remarks

1 Past Performance

(last five year)

1. No institution served 0

2. 1 to 3 5

3. 4 to 6 10

10 Institution mean Government

Institution.(attach record)

2

Market Experience

1. Less than 01 Year 5

2. 1-3 years 10

3. 4-6 year 15

15

Experience will be confirmed from the date of License issuance in the shape of

documentary proved which will be verified.(attach record)

3

Previous Experience with DHQ Teaching

Hospital Gujranwala or any other Govt.

Hospital.

1. Best Performance 10

2. Average Performance 5 10

Performance will be verified if the Contractor has supplied or dealt with this Hospital. Attach

relevant record

4 Tax Returns

1. last three years 15

2. last two years 10

3. last one years 5

15 All provided documents can be

verified by the Department.

5 Physical Inspection

1. Functional Refrigerator

5

2. Functional A.C 5

3. Temperature Management System

5

4. Qualified Person(Pharmacist)

5

5. Cold Chain 5

6 Warehouse 5

30 The store will be

visited/inspected by the committee personally.

6 Financial Status

1 10 million 10

2 15 million 15

3 20 million 20 20 Bank Statement

Total marks: 100 Qualifying marks: 60% and above