punjab, pakistan - bidding documents of...

320
BIDDING DOCUMENTS OF ANNUAL TENDERS 2017-18 FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Upload: others

Post on 18-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BIDDING DOCUMENTS

OF

ANNUAL TENDERS 2017-18

FOR

NAWAZ SHARIF

SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE

Page 2: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INDEX

Sr. No. Name of Tender Page No.

1. Rate contract for medical store / pharmacy 3

2. Rate contract for X-ray films, chemicals and CT Scan films 12

3. Rate contract for sale of used fixer water 21

4. Rate contract for dialysis disposable items 39

5. Rate contract for surgical disposable items / small medical appliances

48

6. Rate contract for laboratory chemicals and kits 69

7. Rate contract for orthopaedic implants 85

8. Rate contract for surgical sutures 107

9. Rate contract for hearing aids and intraocular lenses 119

10. Rate contract for medical gases (oxygen, nitrogen, carbon dioxide)

131

11. Rate contract for Photostat services 149

12. Rate contract for hospital biomedical waste disposal service 167

13. Rate contract for hospital bedding and linen items 185

14. Service contract for security guards 204

15. General order supplier contract for miscellaneous hospital items (electric, sanitary, carpenter, welder, A.C technician items, painter items, utility items, washing material for laundry)

222

16. Rate contract for EMG, EEG, MRI, Lithotripsy 251

17. Rate contract for hospital Printing / stationery items 270

18. Rate contract for medical equipment accessories / spare parts 295

Page 3: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract for medical store /

pharmacy

Page 4: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for rate contract for supply of medicines and pharmacy / medical store /

emergency purchase of medicine in hospital premises/near to the hospital within 01- Kilo Meter during financial year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-05-2017. till 10:30 AM

Receiving Date & Time 20-05-2017. till 11:00 AM

Opening Date & Time 20-05-2017. till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Multan Road Lahore.

Bid Security The bids shall accompany 5% Bid Security of the estimated price

54, 00,000/- in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm _____________________________________________

Name of authorized representative _____________________________________________

I.D card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department _______________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Original Receipt for purchase of tender

(F-6) No and Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________________

Page 5: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomous Institution at any time. In

case of submission of false statement by the firm, the department reserves the right to take

any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomous

Institution. In case of any over pricing firm shall be bound to refund the excess charged

amount to the Institution. The firm also confirm to abide by all the terms and conditions laid

down in the Tender inquiry. In case of any violation of terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Signature __________________

Stamp __________________

Page 6: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Tender for rate contract for supply of medicines and pharmacy

/ medical store / Emergency purchase of medicine in hospital premises/ near to the hospital within 01- Kilo Meter during financial year 2017-18

1. Two Envelopes sealed offers as per PPRA are invited from all Chain Pharmacies, Chemists in Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation for bid with framework of contract on free delivery to consignee’s end basis. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedure will be done strictly according to the PPRA RULES, 2014.

3. The participating Pharmacies / Chemists must submit their Technical Proposal in the separate envelope.

4. The participating Pharmacies / Chemists must submit their Financial Proposal in the separate envelope.

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Approved Pharmacies /Chemists

(i) Have to supply the medicines of M: 20 completely and abruptly.

(ii) Have to supply the same prescribed medicines.

(iii) Have to supply the medicines to patient but not to pay the amount of medicine.

(iv) Have not to supply the near expiry or expiry medicines otherwise the contract will be cancelled or forfeiture of performance security.

(v) Have to supply the medicines 24 Hours and in the holidays and keep the cleanliness of the Pharmacy.

7. The rates should be quoted both in words as well as in figures.

8. Pharmacy or Chemist has to pay Rs.10000/- as rent of the pharmacy before the date of 10th of every month, if within the premises.

9. Consumable electricity bill will be received on commercial rates which will be decided by the hospital committee, if within the premises.

10. Pharmacy / Chemist has to pay the Water charges Rs. 500/- if within the premises.

11. All the dues have to be paid before the date of 10th of every month and if the dues not paid regularly for two months, then the contract will be cancelled.

12. In case of inspection by any Government institution or Drug inspector the pharmacy management will be self-responsible for this matter. Furthermore if during inspection PESSI Property or Govt. Property medicines found there, the pharmacy has to deposit Rs. 50000/-as penalty in the hospital account.

13. If Pharmacy or Chemist will not provide the medicines within 24 Hours then medicines will be purchased from open market and pharmacy / Chemist will return back the money without deduction.

14. At the time of receiving of medicines on M: 20 slip Pharmacy / Chemist will be responsible to take the receiving on slip.

15. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have

Page 7: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

16. Validity Period of contract shall be up to 30-06-2018, which is extendable, if deemed necessary.

17. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

18. No offer will be considered if it:

i. is received after the date and time fixed for its receipt. ii. is unsigned

iii. is conditional iv. is given by the firm black listed, suspended or removed from the approved list of

the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.

v. is received with validity period shorter than that required in the tender inquiry. vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

19. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall not be accepted in any circumstances.

20. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, the firm will replace the unconsumed expired stocks without any further charges.

21. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

22. The supplier will promptly attend to all calls including emergency calls.

23. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

24. The supplies/medicines shall be delivered as soon as possible after the date of issue of M: 20 Slip within maximum 12 hours.

25. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision taken and / or award made by the sole arbitrator shall be final and binding of the parties is essential.

26. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

27. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

28. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore after conducting the successful inspection.

29. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

Page 8: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

30. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Nawaz Sharif Social Security Hospital Multan Road, Lahore.

Page 9: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Evaluation Criteria for the Tender for rate contract for supply of medicines and pharmacy / medical store / emergency purchase of medicine in hospital premises during financial

year 2016-17

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Minimum One year (01) Chain Pharmacy history from the date of Registration.

4. Acceptance of terms and condition, tender documents duly signed and stamped

5. Undertaking on judicial paper that Pharmacy / Chemist is not blacklisted in any Govt./Autonomous Body in the last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of Store/firm with reference to the Services.

More than 05-years =08

03-05 years =05

01-03 years =03

10

4. Overall reputation in reference to the Services

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

5.

Good reputation certificate from any Govt. institution/private sector in connection with services. Govt. Institution = 10 Private Institution = 05

10

Page 10: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

6. Availability of required staff of the company/firm in reference to the services.

a) Number of Staff I. At least two staff members =06 II. Two additional numbers for every

additional technical member shall be granted with maximum up to 10.

10

7. Copy of drug sales license from District Health Officer (B- Category).

10

8. Undertaking on judicial paper that the firm is not black listed in any Govt./Autonomous body.

20

9. Total Marks Passing Marks

100

70%

Page 11: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 12: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

X-Ray Films, Chemicals and CT

Scan

Page 13: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for the purchase of X-ray films, C.T. Scan and Chemicals during financial year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 29-05-2017 till 10:30 AM

Receiving Date & Time 29-05-2017 till 11:00 AM

Opening Date & Time 29-05-2017 till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

estimated price in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ___________________________________

Name of authorized representative ___________________________________

I.D Card No. (CNIC) ___________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) ___________________________________

Call Deposit Receipt No. & Date ___________________________________

Complete Address ___________________________________

___________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 14: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time.

In case of submission of false statement by the firm, the department reserves the right

to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social

Security Hospital, Lahore are not more than the prices quoted in other

Government/Autonomy Institution. In case of any over pricing firm shall be bound to

refund the excess charged amount to the Institution. The firm also confirm to abide by

all the terms and conditions laid down in the Tender inquiry, in case of any violation of

any terms and conditions, the Hospital reserves the right to take any punitive action

including forfeiture of security, under the rules.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

Page 15: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS

For the purchase of X-ray films, C.T.Scan and Chemicals DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original

manufacturers/authorized sole agents of foreign principals in Pakistan for supply

of X-ray films, C.T.Scan and Chemical having well repute for the supply of stores

as scheduled in this invitation for bid. Tender should be sent in the name of the

Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road

Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item

No.

Name of

Item

Brand

Name

Cat

No

Manufacturer Country of

Origin

Pack

Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item

No.

Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall

be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and

legible letters. The envelopes shall then be sealed in an outer envelope. The financial

proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to

the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital,

Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the

bids have been opened. However, the procuring agency may seek and accept

clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide

information concerning their professional, technical, financial, legal or managerial

capabilities.

12. No offer will be considered if it:

viii. is received after the date and time fixed for its receipt.

ix. is unsigned

Page 16: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

x. is conditional

xi. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous

Health Institutions or by the Federal Health Ministry.

xii. is received with validity period shorter than that required in the tender

inquiry.

xiii. does not confirm to the general conditions of the tender inquiry.

xiv. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by

the person signing the tender. All pages of the Tender must be properly singed at the

bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found

to be of the same specifications as required in the invitation of bid / substandard /

spurious / misbranded / expired. Moreover, it will replace the unconsumed expired

stores without any further charges.

15. The firm shall supply all x-ray films, CT. Scan and Chemical as far as possible as per

tender requirement in special packing. The following wording shall be printed in bold

letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in

case of imported items (or small quantity), the mentioned condition may be relaxed by

the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab

Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s

other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will

be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection

Committee in the presence of supplier’s representative it will be concluded that the

rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the

institution may take any punitive action including forfeiture of performance security and

black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of

issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week

of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule

or supplied substandard items and failed to replace it with the standard one, risk

purchase will be made and price difference / extra amount will be recovered either

from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance

Page 17: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account

and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the

interpretation and/or application of this contract shall be settled through arbitration.

The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road,

Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or

award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items

at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized

Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore.

After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security

Hospital, Multan Road, Lahore may reject all bids or proposals

at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate

to any bidder, the grounds for its rejection of all bids or

proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security

Hospital Multan Road, Lahore shall be final.

Name of the Firm: _______________ MEDICAL

SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security

Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

Page 18: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR X-RAY FILMS, CT. SCAN AND CHEMICALS

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part- PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm

i. Income tax paid certificate 08

ii. Balance Sheet 12

iii. Bank Statement 08

If balance sheet and bank statements both are deposited, then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

3. Establishment of company/firm with reference to the

Services.

i. More than 05-years 10

ii. 03-05 years 05

iii. 01-03 years 03

10

4. Overall reputation Certificate in reference to the

Services

i. Private Sector + Public Sector 10

ii. Public Sector 05

iii. Private Sector 05

10

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

i. Any two Certificate 10

ii. Any one Certificate 05 b) For local products

10

Page 19: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Note: Acceptable Bids must score minimum of 65% marks.

i. ISO 10

ii. ISO14000 05

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

i. International market 10

ii. only local market 08 b) Foreign product

i. In two or more continents 10

ii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Product Specialization Product must be as per latest technology and internationally recognized by practitioners. Proof in form reviews, opinions, articles etc. In acknowledged journals etc. of such to be

provided by the bidder. Scoring shall be

comparative.

10

TOTAL

100

Page 20: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T. SCAN AND CHEMICALS)

FOR THE YEAR 2017-18.

SR. NO.

NAME OF ITEMS WITH SPECIFICATION Estimated Demand

Estimated

Price

Total

1. Dental X-ray films 3cm* 4cm (packet of 150)

05x150 3750/- 18750/-

2. X-ray films 10 * 12 (packet of 100) 70x100 3590/- 251300/-

3. X-ray films 12 * 15 (packet of 100) 240x100 5590/- 1341600/-

4. X-ray films 14 * 17 (packet of 100) 70x100 8450/- 591500/-

5. X-ray films 8 * 10 (packet of 100) 56x100 2590/- 145040/-

6. Dry Film for C.T Scan Size 14x17cm 6000 190/- 1140000/-

7. Mammographic Films 18x24cm 3x100 10530/- 31590/-

8. Mammographic Films 24x30cm If required - -

9. Cassettes sizes

14 x 17

12 x15

10 x 12

08 x 10

If required - -

10. Mammographic Caste 18x24cm If required - -

11. Mammographic Caste 24x30cm If required - -

12. Developer Powder pack to Make 10 liter solution

50 Pack 500/- 25000/-

13. Fixer Powder pack to Make 10 liter solution

50 Pack 500/- 25000/-

14. Hangers clip type sizes

14 x 17

12 x 15

10 x 12

08 x 10

If required - -

15. Intensifying screen high speed sizes.

14 x 17

12 x 15

10 x 12

08 x 10

If required - -

16. Developer Liquid 50x5Litter 3957/- 197850/-

17. Fixer Liquid 50x5Litter 2142/- 107100/-

Page 21: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract for sale of

Used Fixer Water

Page 22: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for award of rate contract for lifting of used fixer water for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 29.05.2017 11:00am )

Date and time of opening of tender ( 29.05.2017 11:30 pm )

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids

/ tenders from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis. 1. Interested eligible bidders may get the bidding document from the office of Account Officer NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (29.05.2017 10:30 AM) only during working hours. 2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the offer shall be rejected. However, copy of CDR will be attached with technical proposal. 3. Sealed bids are required to be brought in person by the authorized representative of the interested bidders on 29.05.2017 till 11am positively. The bids received till the stipulated date and time shall be opened on the same day at 11:30pm in the presence of the bidders or their authorized preventative. 4. No offer shall be considered if: - (1) Received without Call Deposit (CDR) (2) received after the date and time fixed for

its receipt. (3) The tender is unsigned. (4) The offer is ambiguous. (5) The offer is

conditional. (6) The offer is by telegram. (7) The offer is from a firm black listed,

suspended or removed from the approved list. (8) The offer received with shorter

validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible. MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 23: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures /

Authorized distributors / Importers /Sole Agents of Foreign Principals/well reputed firms on

Delivery to Consignee’s end basis. The importer / sole agent must possess a valid authorization

from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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 “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody

of the hospital without being opened.

v. The hospital 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 hospital 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 un-

opened to the respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents shall include: -

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

Page 24: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the

Punjab Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS 6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following

components: a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to

be submitted along with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders that the

bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

c) Documentary evidence established in accordance with instruction to bidders that the

goods to be supplied by the bidder are eligible goods and conform to the bidding

documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing quantity, and prices.

8. BID PRICES: i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes

to supply under the Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the

bottom. Total number of the pages of bid must be mentioned. Serial number of the

quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical

specifications as provided in the Form of price Schedule and Technical Specifications.

The specifications of goods, different from the demand of bid enquiry, shall

straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General

Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of

taxes, the offered/quoted price shall be considered as inclusive of all prevailing

Page 25: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall

be passed on to the Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be

considered as non-responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and

services in the market should be kept in mind. No request for increase in price due to

market fluctuation in the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION: a) The bidder shall furnish, as part of its technical bid, documents establishing the

bidder’ eligibility to bid and its qualifications to perform the contract if its bid is

accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the

Hospital satisfaction that the bidder, at the time of submission of its bid, is an

eligible as defined under instruction to the bidders

c) The documentary evidence (to be submitted along with technical proposal) of the

bidder’s qualification to perform the Contrast if bid is accepted shall establish to

the hospital satisfaction:

d) 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.

e) 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.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

g) 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.

h) The bidder is required to provide with the Technical Proposal, the name of item(s)

along with serial number for which they have quoted their rates in the Financial

Proposals.

i) The bidder must indicate the registration number, make of country of/

Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract. 11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be provided and will result in the rejection of offer. 12. BID SECURITY: a) The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in the name of Medical Superintendent NSSSHL. The bid security of the successful bidders shall be retained by the hospital and will be returned after successful completion of the contract.

Page 26: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited: (1) If a bidder withdraws its bid during the period of bid validity; or (2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY: A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive. B) The Hospital 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. C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be

permitted to change the substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw

their bids without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID: I - The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature. II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS: - I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”. III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening. 16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder. 18. 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 withdraw in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

Page 27: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS: - I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’ representatives who choose to attend the meeting at 11.30am on 29-05-2017 in the Conference Room NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process. Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If considered appropriate shall be announced. iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder, statement / reason on such bids shall be record. iv. The minutes of the bids opening (technical and financial) shall be recorded. 20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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. 21. PRELIMINARY EXAMINATION; - All the bids shall be examined 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 generality in order. i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail. ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder. iii . if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made responsive by the bidder by correction of the none conformity. 22. EVALUATION & COMPARISON OF BIDS:- i Substantially responsive bid shall be evaluated and compared. ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test report, previous experience, financial soundness and such other details as the authority at its discretion, may considered appropriate, shall be considered. however, the evaluation of the financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security. iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents. iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

Page 28: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

23. EVALUATION CRITERIA:- i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience, financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL FOR TENDER OF USED FIXER WATER 2017-18

SR. # ASSESSMENT PARAMETERS MARKS 1. NTN No. & GST registration and copy

thereof NTN No.=10, GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the service.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation in reference to the service

Private sector+ Public sector = 10

Public sector = 05

Private sector= 05

10

5. Availability of required staff of company/firmwith reference to the service. a) Number of staff = 10 I. At least five staff members = 05 II. On additional number for every additional technical member shall be granted with maximum up to 10. (i.e. Cook, Tandoorchi, dish washer, sweeper & waiter)

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt. /Autonomous Body in last two years.

20

Total

Passing marks 65 %

100

Name of the Bidder _______________________________ Signature & Stamp________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders that they have secured the minimum

Page 29: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

qualifying marks, the date, time and location for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional. iv. 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 opened and the quoted price read aloud and recorded if appropriate. 24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete. 25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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. 26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:- The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the provincial Government, shall be awarded the letter of approval of rates, within the original

or extended period of bid validity. The approved rates will remain valid up to 30.06.2018 which may

further be extendable for period of another three months. 1. The supply will be responsible for free replacement of stocks if the same is not found

to be of the same specifications as required in the invitation of Bids/Substandard/

Spurious/Misbranded/ Expired. Moreover it will replace the unconsumed expired stores

without any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm

i.e. Burning, Dumping, and Incineration.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the

Supplier in accordance with the prescribed time schedule. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly

notify the hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent

may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the

extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery

obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is

agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as

specified in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject

to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached,

the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost

will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide

the Item the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference

shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any

extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the

Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to

forfeit the security of the contractor and may award the contract to the second lowest.

Page 30: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

c) The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social

Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be

rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be

considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

i. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

ii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

iii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of

late delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the

Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 31: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No Description Sr. No. /Page No.

of the Tender

Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. In Case of sole agent/ importer.

Undertaking on stamp paper of worth

Rs.50 that firm is not black listed.

5. Certificate on stamp paper Rs.50 duly

filled (attached along with tender at page

No.9)

6. Certificate of National Tax Number

7. Technical bid (separate envelope)

8. Financial bid (separate envelope )

9. Copy of the technical bid on the CD in

Excel format along with the written

technical offer in the technical Proposal.

(Technical proposal envelope)

10. Copy of the financial bid on the CD in

Excel format along with the written

financial offer in the financial Proposal.

(Financial proposal envelope)

Signature of the bidder: _________________________

Stamp of the firm; ______________________________

Page 32: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on _________________________ for the supply of Stationary items for NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions. 2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the delayed supply. 3. Certified that the prices quoted against tender are not more than the trade price or the price charged from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so. 4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-consumption. 5. We are not defaulter/black listed of any Government/autonomous institution at any time. Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 33: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM

DATE: _______ NO.__________ TO, The Medical Superintendent N.S.S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

Page 34: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for (item name) cost per unit, NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time and

in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Page 35: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Page 36: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

COST RS.1000/- (NON-REFUNDABLE)

TENDER FOR AWARD OF RATE CONTRACT FOR THE SUPPLY OF USED FIXER WATER 2017-18.

Due date 29.05.2017

1. Name of bidder __________________________________

2. Address. __________________________________

__________________________________

3. Telephone no/Mobile. __________________________________

4. Tender Purchased Receipt

(f-6) no. & date. __________________________________

5. Deposit at call no. & date: __________________________________

6. Amount of deposit at call __________________________________

7. Name of bank and branch __________________________________

8. Sales tax regd. no. ____________N.T.N. NO. _______________

9. Fax no. __________________________________

Certified that the terms of the tender noted carefully, in case of award of rate contract,

our firm shall comply with terms and conditions.

Signature of bidder. __________________

Date: ______________________________

Stamp: ___________________________

Page 37: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation
Page 38: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation
Page 39: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract for Dialysis

Disposables items

Page 40: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for the purchase of Dialysis Disposable items during financial year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-05-2017. Till 10:30 AM

Receiving Date & Time 20-05-2017. Till 11:00 AM

Opening Date & Time 20-05-2017. Till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security Hospital, Multan

Road Lahore.

Bid Security The bids shall accompany 5% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm _____________________________________________ Name of authorized representative _____________________________________________

I.D Card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department _______________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Original Receipt for purchase of tender

(F-6) No and Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ____________________________________________

Page 41: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomous Institution at any time. In

case of submission of false statement by the firm, the department reserves the right to take

any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomous

Institution. In case of any over pricing firm shall be bound to refund the excess charged

amount to the Institution. The firm also confirm to abide by all the terms and conditions laid

down in the Tender inquiry. In case of any violation of terms and conditions, the Hospital

reserves the right to take any punitive action including forfeiture of security, under the rules.

Signature __________________

Stamp __________________

Page 42: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS

For the purchase of Dialysis Disposable items DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Dialysis Disposable items having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No

Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No.

Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

i. is received after the date and time fixed for its receipt. ii. is unsigned iii. is conditional iv. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.

v. is received with validity period shorter than that required in the tender inquiry.

vi. does not confirm to the general conditions of the tender inquiry. vii. is received without earnest money as specified in the tender.

Page 43: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

15. The firm shall supply all Dialysis Disposable items as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

Page 44: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

Page 45: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR DIALYSIS DISPOSABLE ITEM

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS 1. NTN No. and GST registration & copy thereof

NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm iv. Income tax paid certificate 08 v. Balance Sheet 12 vi. Bank Statement 08

If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

iv. More than 05-years 10 v. 03-05 years 05 vi. 01-03 years 03

10

4. Overall reputation Certificate in reference to the Services

iv. Private Sector + Public Sector 10 v. Public Sector 05 vi. Private Sector 05

10

5. Product Certification a) Certificates FDA/CE(MDD)/JIS

iii. Any two Certificate 10 iv. Any one Certificate 05

b) For local products

iii. ISO 10 iv. ISO14000 05

10

Page 46: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

10

7 Brand Make and Model of the Product a) local product with

iii. International market 10 iv. only local market 08

b) Foreign product

iii. In two or more continents 10 iv. In single continent 08

10

8 Copy of valid sole agency agreement from principal manufacture

10

9 Length of Registration of Products with Ministry of Health.

i. 1-5 Years 04 ii. 6-10 Years 08 iii. More Than 10 Years 10

10

TOTAL

100

Note: Acceptable Bids must score minimum of 65% marks.

Page 47: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE

Head of Dialysis disposable item 2017-2018

Sr. No

NAME OF ITEM APPROXIMATE

DEMAND ESTIMATED

PRICE

TOTAL

1

Synthetic dialyzer set (complete) including blood tubing with fluid barrier.

9000 set

879/- 7911000/-

2 Fistula needle. 16000 Piece 23.45/- 375200/-

3 Bicarbonate solution part A&B. low potassium high calcium.

9000 250/- 2250000

4 Cartilage filter 20 inches, 5micron. If required - -

5 Membranes wash solution. If required - -

6 Permanent dialysis catheter. 05 22700/- 113500/-

7

Hot disinfection chemical solution for Dialysis machine.

35x5 Liter 5975/- 243250/-

8 Citric acid. 50 kg 600/- 30000/-

9 Hypochlorite solution. 50 Liter 500/- 25000/-

10 Diasafe Filter. 20 6450/- 129000/-

Page 48: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract for surgical disposable

items / small medical appliances

Page 49: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Small Medical Appliances during Financial Year

2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 22-05-2017. Till 10:30 AM

Receiving Date & Time 22-05-2017. Till 11:00 AM

Opening Date & Time 22-0-2017. Till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security

Hospital, Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

estimated price in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ________________________________________

Name of authorized representative _______________________________________

I.D Card No. (CNIC) ________________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 50: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any

time. In case of submission of false statement by the firm, the department reserves

the right to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social

Security Hospital, Lahore are not more than the prices quoted in other

Government/Autonomy Institution. In case of any over pricing firm shall be bound to

refund the excess charged amount to the Institution. The firm also confirm to abide

by all the terms and conditions laid down in the Tender inquiry, in case of any

violation of any terms and conditions, the Hospital reserves the right to take any

punitive action including forfeiture of security, under the rules.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

Page 51: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS

For the purchase of Small Medical Appliances

DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original

manufacturers/authorized sole agents of foreign principals in Pakistan for supply

of Small Medical Appliances having well repute for the supply of stores as

scheduled in this invitation for bid. Tender should be sent in the name of the

Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road

Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item

No.

Name of

Item

Brand

Name

Cat

No

Manufacturer Country of

Origin

Pack

Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item

No.

Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall

be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and

legible letters. The envelopes shall then be sealed in an outer envelope. The financial

proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to

the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital,

Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the

bids have been opened. However, the procuring agency may seek and accept

clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide

information concerning their professional, technical, financial, legal or managerial

capabilities.

12. No offer will be considered if it:

viii. is received after the date and time fixed for its receipt.

ix. is unsigned

x. is conditional

Page 52: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

xi. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous

Health Institutions or by the Federal Health Ministry.

xii. is received with validity period shorter than that required in the tender

inquiry.

xiii. does not confirm to the general conditions of the tender inquiry.

xiv. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by

the person signing the tender. All pages of the Tender must be properly singed at the

bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found

to be of the same specifications as required in the invitation of bid / substandard /

spurious / misbranded / expired. Moreover, it will replace the unconsumed expired

stores without any further charges.

15. The firm shall supply all Small Medical Appliances as far as possible as per tender

requirement in special packing. The following wording shall be printed in bold letters,

both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of

imported items (or small quantity), the mentioned condition may be relaxed by the

Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab

Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s

other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will

be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection

Committee in the presence of supplier’s representative it will be concluded that the

rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the

institution may take any punitive action including forfeiture of performance security and

black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of

issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week

of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule

or supplied substandard items and failed to replace it with the standard one, risk

purchase will be made and price difference / extra amount will be recovered either

from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance

Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account

and the firm shall be blacklisted minimum for two years for future participation.

Page 53: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the

interpretation and/or application of this contract shall be settled through arbitration.

The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road,

Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or

award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items

at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized

Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore.

After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital,

Multan Road, Lahore may reject all bids or proposals at any time prior to

acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any

bidder, the grounds for its rejection of all bids or proposals, but shall not

be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security

Hospital Multan Road, Lahore shall be final.

Name of the Firm:______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: ____________ Multan Road, Lahore.

Page 54: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR SMALL MEDICAL APPLIANCE PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm

vii. Income tax paid certificate 08

viii. Balance Sheet 12

ix. Bank Statement 08

If balance sheet and bank statements both are deposited, then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

3. Establishment of company/firm with reference to the

Services.

vii. More than 05-years 10

viii. 03-05 years 05

ix. 01-03 years 03

10

4. Overall reputation Certificate in reference to the

Services

vii. Private Sector + Public Sector 10

viii. Public Sector 05

ix. Private Sector 05

10

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

v. Any two Certificate 10

vi. Any one Certificate 05 b) For local products

v. ISO 10

vi. ISO14000 05

10

Page 55: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Note: Acceptable Bids must score minimum of 65% marks.

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

v. International market 10

vi. only local market 08 b) Foreign product

v. In two or more continents 10

vi. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Length of Registration of Products with

Ministry of Health.

i. 1-5 Years 04

ii. 6-10 Years 08

iii. More Than 10 Years 10

10

TOTAL

100

Page 56: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SS HOSPITAL MULTAN ROAD LAHORE.

LIST OF ITEM (SMALL MEDICAL APPLIANCES) 2017-18.

SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated

Demand

Estimated

Price

Total

ANESTHESIA ITEMS.

1. I.V. Cannula with wings, stopper and injection

port.

G-14 to G-22.

35000 48.90 1711500

2. I.V. Cannula with wings, stopper and injection

port. G.24.

8000 83 664000

3. Safety IV Cannula for protection of needle stick

injury from hepatitis & HIV Patients.

If required - -

4. Disposable needle all size 1000 1.50 1500

5. Endotracheal tube Nasal with cuff all sizes 1000 55 55000

6. Endotracheal tube reinforced all sizes 10 1250 12500

7. Endotracheal tube with cuff (Disposable) all sizes 1400 50 70000

8. Endotracheal tube without cuff (Disposable) all

sizes

400 50 20000

9. Endotracheal tube without cuff (Red rubber) all

sizes

If required - -

10. Endotracheal tube with cuff (Red rubber) all sizes If required - -

11. Endotracheal tube Double Lumen left/right

reusable all sizes.

If required - -

12. Endotracheal tube Double Lumen left/right

Disposable all sizes.

If required - -

13. RAE Endotracheal tube all sizes If required - -

14. CVP line triple lumen all sizes If required - -

15. CVP line Double Lumen (All sizes) 80 2100 168000

16. L.P needles All sizes. 5000 82.80 414000

17. L.P needle (Size 27 Pencil tip with introducer) If required - -

18. L.P needle (Size 27 Pencil tip without introducer) If required - -

Page 57: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

19. Disposable ECG Electrodes fine sticking

(Adult size)

12250 6.10 74725

20. Epidural Set with catheter. 16G/18G 35 1349 47215

21. Epidural Needle only. 16G/18G If required - -

22. Soda Lime 15 2800 42000

23. Laryngeal Mask Re – Usable (All sizes). 10 1245 12450

24. Laryngeal Mask Disposable (All sizes). If required - -

25. Air way (All sizes). 360 11.45 4122

26. Three way stop cock. 2100 26 54600

27. Glyceryle Trinitrate patch 10mg (deponit patch) If required - -

28. Viral / Bacterial filter for Peads 550 138 75900

29. Viral / Bacterial filter for respiratory circuit Adult 400 750 30000

30. Magill’s circuit (for adult). 30 1950 58500

31. Ayres T piece ( Pediatric circuit- with bag) with

Expiratory valve

15 950 14250

32. Breathing circuit with rebreathing bag. (2 Liter)

and extension pipe

60 495 29700

33. Breathing circuit (peads) 20 725 7250

34. Breathing circuit (Adult) for I.C.U 20 725 7250

35. Nebulizer kit Adult.

1200 68 81600

36. Nebulizer kit Peads. 1200 68 81600

37. Nebulizer Kit for Ventilators (With-T) 20 190 3800

38. Catheter Mount 150 144 21600

39. I/V infusion set for syringe pump 20 95 1900

40. Disposable Arterial line catheter 10 1250 12500

41. Manometer Tubing for syringe pump 1100 95 104500

42. HME filters for ICU Patients 20 129 2580

Page 58: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

(Heat Moisture Exchange)

43. Stillest for Endotracheal Tubes All size 10 325 3250

44. Anesthesia Face mask (All Size)

Black Rubber Antistatic

10 2200 22000

45. Breathing Bag for Anesthesia Machine

Black Rubber / Antistatic (All size)

If required - -

46. Disposable facemask N-95. 100 98 9800

47. Disposable Pressure Transducer Compatible. 20 1128 22560

48. Oxygen Mask 1000 58 58000

49. Syringe Cutter ( Heavy duty) 400 199 79600

50. Mouth Piece Reusable 10 90 900

51. Disposable Mouth Piece If required - -

52. Disposable Face Mask 10000 2.60 26000

53. Nasal Cannula for Oxygen 1000 38 38000

54. Nasal Airway all sizes 50 150 7500

55. Bougies Peads If required - -

56. Bougies Adult If required - -

57. Disposable Cap for OT 2000 3.50 7000

58. CPAP Mask 10 8500 85000

59. Disposable suction pipe If required - -

60. Sub clavian catheter Double lumen for haemo dialysis Adult size.

300

3095/-

928500/-

61.

Sub clavian catheter Double lumen for haemo dialysis peads size.

If required - -

62. Disposable Drip flow regulator

If required - -

63. Disposable Closed suction set

If required - -

64. Epidural fixation dressing 10cm x12cm

If required - -

65. I/V dressing with notch cannula fixation size 6 cm x7cm

If required - -

66. CVP line fixation dressing 8.5cm x 11.5cm

If required - -

Page 59: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

67. Soft cloth surgical tap with precut size 1’’& 2’’& 3’’

If required - -

SURGICAL ITEMS

68. T-Tube All sizes (Sterilized) 20 87 1740

69. Disposable suction drain set size 10, 12, 14, and

16, 18.

800 438 350400

70. Disposable sterilized double gloves all sizes. 1100 89 97900

71. Disposable gloves sterile surgical gloves (gloves size

6 must be quoted by parties or the quotation may be

considered).

60000 34.50 2070000

72. Polythene gloves (Pack of hundred). 600x100 25/100 15000

73. Sterile and Disposable Transparent adhesive

plastic drape sticking area. 15x28cm.

Small

200 178 35600

74. Sterile and Disposable Transparent adhesive

plastic drape sticking area. 28x30cm.

Medium

1000 284 284000

75. Sterile and Disposable Transparent adhesive

plastic drape sticking area. 28x45cm.

Large

If required - -

76. Sterile and Disposable Transparent adhesive

plastic drape sticking area. 45x55cm

Extra Large

If required - -

77. Steri- Strip Advance If required - -

78. Disposable adhesive surgical wound dressing

10x20cm

300 44 13200

79. Disposable adhesive surgical wound dressing

10x25cm

300 55 16500

80. Disposable adhesive surgical wound dressing

10x35cm

If required - -

81. Wound Closure strips (Stri strips) If required - -

82. Hydrocolloid/Hydrogel wound dressing 4” x 4” If required - -

83. Hydrocolloid/Hydrogel wound dressing 6” x 6” If required - -

84. Hydrocolloid/Hydrogel wound dressing 8” x 8” If required - -

85. Chest binder. 05 160 800

86. Abdominal binder. 100 178 17800

87. Hydrocolloid Gel. If required - -

Page 60: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

88. Calcium alginate wound dressing 10cm x 10cm If required - -

89. Calcium alginate wound dressing 10cm x 20cm If required - -

90. Hypoallergenic paper tape sizes.

1” 2” 3” 4” 5” 6”

400

400

33

71

13200

28400

91. Acrylic base transparent tape 1”x10 yard

2”x10 yard

3”x10 yard

If required - -

92. Calcium alginate rope Length (12”) (Not less than

12”)

If required - -

93. Absorbable gelatin sponge hemostat 1200 195 234000

94. Suction catheter (All sizes) 300 12 3600

95. Nelton drain (all sizes) 1800 9.50 17100

96. Colostomy bags (Simple) If required - -

97. Colostomy bag (One piece drainable pouch with

skin barrier) custom cut, clamp for every five bag.

220 238 52360

98. Colostomy bag (two piece system with drainable

pouch custom cut)

1600 418 668800

99. Colostomy bridge. If required - -

100. Autoclave strips. 10000 9.50 95000

101. Fine needle Aspiration Biopsy needle. If required - -

102. True Cut Biopsy Needle All Size 14, 16, 18. 100 1599 159900

103. Thermometer oral. 350 36 12600

104. Chest tube without trocar (All sizes) 120 129 1580

105. Thoracic Drain Set 25 1200 30000

106. Surgical blades (All sizes) 8500 17.75 150875

107. Surgical blades No. 11 500 17.75 8875

Page 61: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

108. Skin grafting blade (Hamby’s knife) 05 590 2950

109. Electric dermatone blade. If required - -

110. Derma carrier for Zimmer mesh graft II 3.1/6.1 If required - -

111. Air cushion rubber. If required - -

112. Embolectomy catheter (All sizes) If required - -

113. Precautious endoscopes gestrostomy set (PEG) If required - -

114. Jejunosotmy feeding tube. If required - -

115. Disinfectant/Sterilized solution for medical

equipments

160Ltr 1850 296000

116. Disinfectant/Sterilized solution for Gastroscopy

machine

20Ltr 1800 36000

117. Disinfectant solution for surface free from glutarel

dehyde

300Ltr 1189 356700

118. Endobiliry stent with pusher and guide wire. If required - -

119. Compression elastic stocking above knee. 30 890 26700

120. Compression elastic stocking below knee. 30 890 26700

121. Compression elastic stocking graduated. 30 890 26700

122. Stomahesive paste 300 653 195900

123. Stomahesive powder If required - -

124. Disposable diathermy lead. 1000 179 179000

125. Face Mask 3layerd with additional filter 50 22.80 1140

126. Examination Gloves (latex pre-powder) 1200x100 318/100 381600

127. Examination Gloves (Nitrated Gloves powder

free)

100x100 300/100 30000

128. Steam Blue Autoclave Tape. 80 380 30400

129. Transparent post Op Dressing Acrylic Base. If required - -

130. Alcohol Base Hand Scrub not Povidine / Iodine 500x

500Ml

389 194500

Page 62: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

131. Stapple Haemrodal Gun All Size. If required - -

132. N.G Tube Size 3-10. 4700 7.80 36660

133. N.G Tube Size 12-22. 1500 14.90 22350

LAPAROSCOPIC INSTRUMENTS

134. Disposable Laparoscope’s ports 10mm 50 4800 240000

135. Disposable Laparoscope’s ports 5mm 50 4500 225000

136. Disposable laparoscope’s tray all assailers. 01 68000 68000

137. Disposable Laparoscopic scissor 5mm 03 6000 18000

138. Disposable Laparoscopic Grasper 5mm 15 7500 112500

139. Disposable Laparoscopic Dissector tinny all

accessory

If required - -

140. Disposable Laparoscopic Babcock 5mm 03 7600 22800

141. Disposable Laparoscopic Hernia Stapler 10/11mm. If required - -

142. Endo Loop If required - -

143. Endoscopic liner cutter 45mm 02 25000 50000

144. Reload for endoscopic liner cutter 45mm If required - -

145. Lap disc (Hand Port) If required - -

146. Disposable clip applier 5mm. If required - -

147. Circular stapler sizes (21,25,29,33mm If required - -

148. Contour curved cutter 40mm If required - -

149. Reload for contour curved cutter 40mm If required - -

150. Liner cutter sizes-55, 75, 100mm If required - -

151. Hernia stapler for mesh fixation If required - -

152. Suction irrigation Device for laparoscopic If required - -

Page 63: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

153. Shear for Open Surgery (Hand Operated for

Ultrasonic Harmonic Scalpel)

02 45000 90000

154. Elostamy bag with set (Transparent) If required - -

155. Extract Inflatable Specimen Bag 10 4800 48000

UROLOGY ITEMS

156. Foley’s catheter (2-way) 8-10. With styllite 200 64 12800

157. Foley’s catheter (2-way) 12-20. 6500 54 351000

158. Foley’s catheter (2-way) 22-26. If required - -

159. Foley’s catheter (3-way) 20, 22, 24 200 240 48000

160. TUR irrigation set 150 360 54000

161. External urinary catheter. 200 9 1800

162. Suprapubic catheter set adult. 40 2150 86000

163. Urine bag ordinary 2000ml. 8000 18 144000

164. Urine bag A-type 2000ml 300 68 20400

165. Urine bag infant (with fine sticking). 300 3.40 1020

166. Ureteric catheter adults 4 to 8 fr.

40 1050 42000

167. Ureteric catheter

Peads 3fr.

If required - -

168. Double J stent with guide wire with pusher Adult.

60 2250 135000

169. Double J stent with guide wire with pusher Peads. If required - -

170. D J stent If required - -

171. PCN set. 30 6000 180000

172. Silicon Foley’s catheter 2 way 10-22 FR 40 170 6800

173. Silicon Foley’s catheter 3 way 22 FR If required - -

174. Guide Wire straight all size If required - -

175. Guide Wire Covered all size If required - -

Page 64: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

176. TUR Loops Compatible (Wolf) If required - -

177. TUR Loops Compatible (Olympus) 30 6500 195000

178. Dormai Basket (urology+ Biliary) 4fr If required - -

179. Hydrophilic Guide Wire. If required - -

180. DJ stent long duration with guide wire & pusher. If required - -

181. Prostate Evaporation loop / wolf compatible. If required - -

182. Prostate Evaporation loop / Olympus Compatible. If required - -

183. Implants sheets ( All size) If required - -

NEPHROLOGY ITEMS

184. CAPD Catheter set. If required - -

185. CAPD Fluid. If required - -

186. Peritoneal dialysis catheter Adults. If required - -

187. Peritoneal dialysis catheter paeds. If required - -

188. Peritoneal dialysis tubing. If required - -

189. Cardio Vascular Graft (Ringular)

Size. 6mm X 10cm

6mm X 40cm

6mm X 50cm

6mm X 60cm

6mm X 70cm

01 55000 55000

Page 65: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

190. Cardio Vascular Graft (Non-Ringular)

Size. 6mm X 10cm

6mm X 40cm

6mm X 50cm

6mm X 60cm

6mm X 70cm

01 50000 50000

RADIOLOGY ITEMS

191. Ultrasound gel 5kg can. 50x5KG 395 19750

192. Ultrasound Thermal Paper (High Density). 70 770 53900

193. Chiba Needle All Size 05 1200 6000

194. Sure cut Biopsy Needle (sami automatic) 05 1800 9000

195. Single Shot Catheter Drainage set. If required - -

196. 3 – Way stopper with extension tubing. 500 26 13000

197. Tubing (Double head) for CT Injector (Pressure

Line)

If required - -

ENT ITEMS

198. Grommets shepherd medium. 20 1700 34000

199. Grommets shepherd large. 20 1700 34000

200. Tracheostomy tube metallic (All sizes) If required - -

201. Tracheostomy tube (disposable with cuff) all sizes 40 750 30000

202. Tracheostomy tube (disposable without cuff) all

sizes

If required - -

203. Cartilage implants. If required - -

204. Ossicular chain prosthesis. If required - -

Page 66: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

205. L-Shaped nosal prosthesis silicon

Small

Medium

Large.

01 11800 11800

ORTHOPEDIC ITEMS

206. Philadelphia collar. 01 1745 1745

207. Cervical collar (soft) small, medium, large. 10 168 1680

208. Cervical collar (hard) Adjustable small, medium,

large.

15 148 2220

209. Adjustable hard collar for cervical traction. 02 470 940

210. Tubi-Grip above knee small, medium, large. 450 87 39150

211. Tubi-Grip below knee small, medium, large. If required - -

212. Tubi-Grip fore arm small, medium, large. If required - -

213. Skin traction kit non sticking

120 148 17760

214. Skin traction kit sticking If required - -

215. Polyslying. 100 169 16900

216. Wrist splint. If required - -

217. Elbow immobilizer. If required - -

218. Shoulder immobilizer. If required - -

219. Knee immobilizer. 40 390 15600

220. Ankle foot immobilizer. If required - -

221. Ankle foot knee immobilizer. If required - -

222. Kneecap/support. 20 74 1480

223. Stockinet. 30 64 1920

224. Lumbosecral corset.

Dargo Lumber Brace

80 298 23840

225. Fiber Cost Splint (All Size) If required - -

226. Wrist Brace If required - -

227. Scotch cost 3’’ 60 335 20100

Page 67: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

228. Scotch cost 5’’ 60 485 29100

229. Scotch cost 6’’ 30 538 16140

230. Ortho cotton 4’’ 60 45 2700

231. Ortho cotton 6’’ 60 55 3300

BLOOD BANK PAEDS AND MISCELLANEOUS

232. Blood bag (500ml with set.) 9000 158 1422000

233. Leucodepletion Filter 05 4500 22500

234. Cord clamp (fine quality) 10000 5.50 55000

235. Wrist Band (identification for New baby born) 3000 12 36000

236. Butterfly needles (all sizes) 3200 25.70 82240

237. Burette 100ml with metal tip dropper in (flexible

chamber)

3000 60 180000

238. Breathing Circuit with Water trap (Child/infant)

30 750 22500

239. Bacterial / Viral Filter (Child/infant)

100 138 13800

240. Ambu bag Disposable (Child/infant)

If required - -

241. Ring pessery (All sizes) 100 970 97000

242. Blood transfusion set. 160 28.50 4560

243. Braum Sulphate Powder 120 350 42000

244. Braum Enema Bag If required - -

245. Blood Sugar Strips with lancet 1050x50 425/50 446250

246. Spirometter If required - -

247. Spiromettery Filter (PFT Filter) 05 250 1250

248. Rubber band (Hemorrhoidal band). 200 26.50 5300

249. ECG Roll 63mm x 30 Meter. 300 73 21900

250. ECG Paper Z type If required - -

251. ECG Paper Pad type If required - -

Page 68: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

252. CTG Printer Paper 60 620 18840

253. Chest Bottle Single Chamber. 80 790 37200

254. Chest Bottle Three Chamber. 25 2725 68125

255. Disinfection solution for gastroscopy machine 15LTR 1880 28200

256. Multi Band Ligator (6 shooter) If required - -

257. Multi Band Ligator (10 shooter) If required - -

258. Rubber band for Band Ligation. If required - -

259. Multi Band Ligator for Clonoscopy. If required - -

260. Evolution esophageal Stent. If required - -

261. Heamorrohoidal Band Ligator. If required - -

262. Esophageal balloon dilator. If required - -

263. Savary Gilliard Dilator. If required - -

264. PEG Set. If required - -

265. Steam Pack

Neck Size

Small Size

Back Size

Medium Size

If required - -

266. Thermal Printing Roll 05 94 470

267. Absorbent Sheets, Tissues If required - -

268. Alcohol Pads / swabs If required - -

269. Savary Gilliad Dilator Set, Instrument / Disposable If required - -

270. Foreign Body reteivcal spider net, Instrument /

Disposable If required - -

EYE SURGERY ITEMS

271. Micro sponges. If required - -

272. Simco cannula (Irrigation/Aspiration) 02 1500 3000

Page 69: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract for Laboratory

Chemicals and PCR kits

Page 70: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD

LAHORE

TENDER FORM

For the purchase of LAB Chemicals and PCR Kits and Consumables

During Financial Year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 23-05-2017 (10:30 am)

Receiving Date & Time 23-05-2017 (11:00 am)

Opening Date & Time 23-05-2017 (11:30 am)

Venue Conference Room, Nawaz Sharif Social Security

Hospital, Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

Estimated Price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ________________________________________

Name of authorized representative _______________________________________

I.D Card No. (CNIC) ________________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 71: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government / Autonomy Institution at any time. In case

of submission of false statement by the firm, the department reserves the right to take any

punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government / Autonomy

Institution. In case of any over pricing firm shall be bound to refund the excess charged amount

to the Institution. The firm also confirm to abide by all the terms and conditions laid down in

the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves

the right to take any punitive action including forfeiture of security, under the rules.

Signature __________________

Stamp __________________

Page 72: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TERMS & CONDITIONS

For the purchase of Lab Chemical & PCR Kits and Consumables

DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original

manufacturers/authorized sole agents of foreign principals in Pakistan for supply of

Laboratory Kits, Consumables& Equipment having well repute for the supply of stores as

scheduled in this invitation for bid. Tender should be sent in the name of the Medical

Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item

No.

Name of

Item

Brand

Name

Cat No Manufacturer Country of

Origin

Pack

Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be

marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and

legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal

of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to the period of the original

bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan

Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have

been opened. However the procuring agency may seek and accept clarifications to the bid that

do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide

information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

xv. is received after the date and time fixed for its receipt.

xvi. is unsigned

xvii. is conditional

xviii. is given by the firm black listed, suspended or removed from the approved list of

the Health Department Government of the Punjab, Autonomous Health Institutions

or by the Federal Health Ministry.

xix. is received with validity period shorter than that required in the tender inquiry.

xx. does not confirm to the general conditions of the tender inquiry.

xxi. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person

signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with

any overwriting shall in no circumstances be accepted.

Page 73: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

14. The supplier will be responsible for free replacement of stocks if the same is not found to be

of the same specifications as required in the invitation of bid / substandard / spurious /

misbranded / expired. Moreover, it will replace the unconsumed expired stores without any

further charges.

15. 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.

16. The bidder will ensure shipping of the kits directly from the manufacturer from the country of

origin to the consignee, however the bidder will act as local agent of the manufacturer to ensure

technical and supply services.

17. The firm shall supply Lab Kits as far as possible as per tender requirement in special packing.

The following wording shall be printed in bold letters, both in Urdu & English in Red indelible

ink on each carton, pack, bottle, strip/blister, tubes, vial ampoule etc. in case of imported items

(or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules

(PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given

hereafter.

19. If the supplier fails to execute the order according to the terms and conditions, the institution

may take any punitive action including forfeiture of performance security and black listing of

the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of

purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the

cost of late delivered supply shall be imposed upon the supplier.

22. If the supplier failed to supply the order item(s) within the prescribed delivery schedule or

supplied substandard items and failed to replace it with the standard one, risk purchase will be

made and price difference / extra amount will be recovered either from the deposited securities

/ bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance

Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the

firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation

and/or application of this contract shall be settled through arbitration. The Medical

Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee

shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator

shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at his

store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the

authorizedInspection Committee of Nawaz Sharif Social Security Hospital Multan Road,

Lahore. Afterconducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan

Road, Lahore may reject all bids or proposals at any time prior to acceptance of

bid or proposal.

Page 74: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

b. The Medical Superintendent shall upon request communicate to any bidder, the

grounds for its rejection of all bids or proposals, but shall not be required to

justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital

Multan Road, Lahore shall be final.

Name of the Firm: _______________ MEDICAL

SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR LAB & PCR KITS PART-A: ELIGIBILITY CRITERIA

SR

. #

DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a photocopy of

same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from

Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of

Product

5. Acceptance of terms and condition, tender documents duly signed and

stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

8 PCR Kits At least one certification of the following(CE,FDA,MHLW)

9 PCR Kits should be compatible with Rotor-Gene Q5

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

Professional Tax no = 05

15

2. Financial Soundness of the firm

x. Income tax paid certificate 08

xi. Balance Sheet 12

xii. Bank Statement 08

If balance sheet and bank statements both are deposited then only marks

of balance sheet (12marks) would be counted. Tapering down

phenomenon regarding rating of marks shall be applied on competitive

firms

20

3. Establishment of company/firm with reference to the

Services.

x. More than 05-years 10

xi. 03-05 years 05

xii. 01-03 years 03

10

Page 75: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. Overall reputation Certificate in reference to the

Services

x. Private Sector + Public Sector 10

xi. Public Sector 05

xii. Private Sector 05

15

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

vii. Any two Certificate 10

viii. Any one Certificate 05 b) For local products

vii. ISO 10

viii. ISO14000 05

10

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

vii. International market 10

viii. only local market 08 b) Foreign product

vii. In two or more continents 10

viii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture

10

9 Length of Registration of Products with

Ministry of Health.

iv. 1-5 Years 04

v. 6-10 Years 08

vi. More Than 10 Years 10

10

TOTAL

100

Note:

Required documents for Eligibility and Assessment should be attached

with sequence and with tag (Labelled) to identify the required document for

marking. It should also follow the Bidder document of your Proposal.

Acceptable Bids must score minimum of 65% marks.

Page 76: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Item List for the year 2017-2018

S.NO NAME OF ITEMS WITH

SPECIFICATIONS

Estim

ated

Rate

for

unit

Approximate

Demand

2017-2018

Estimate

dTotal

Amount

1. Albumin kit large size 1000ML 2380 02 4760

2. Alkaline Phosphate kit Enzymatic 5741 06 34446

3. Ammonia Kit 10*5ML 5600 02 11200

4. Amylase kit Enzymatic 10030 02 20060

5. Bilirubin kit (Single step) for Auto

analyzer Size Large

2300 25 57500

6. Bilirubin kit calorimetric 500 tests

Size Large

7360 04 29440

7. Calcium kit single step 1750 04 7000

8. Calibrator Normal for Chemistry

Analyzer

7400 02 14800

9. Cholesterol kit Enzymatic Large

Size

4500 02 9000

10. CK MB kit Size Large 11800 10 118000

11. Ck-Nac kit- Size Large 4600 20 92000

12. Control Sera (High) for

Biochemistry

8500 01 8500

13. Control Sera (Low) for

Biochemistry

8500 01 5800

14. Control Sera (Normal) for

Biochemistry

8000 10 80000

15. Creatinine kit 6x250ml Size Large 12800 06 76800

16. Distilled water 10 liter- pack Local 210 400 PACK 84000

17. Dry Block Pare for Slectra XL

Marck/Vital

12590 12 151080

18. Electrolytes solution pack (

Ionyte)

24000 06 144000

19. Electrolytes Standard (Ionyte) 8750 If Required

20. Glucose kit Enzymatic Size

Largest

2200 22 48400

Page 77: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

21. HB AIC kit 100 test 13500 06 81000

22. HDL- Cholesterol Single Step for

Auto Analyzer

11500 08 92000

23. Helogen lamp for auto analyzer

LHX 64250 6V/20W

400 05 2000

24. Iron kit (Single step) 4400 03 13200

25. L.D.H kit Size Large 2150 20 43000

26. Magnesium kit 2400 02 4800

27. Phosphorus kit 1200 04 4800

28. Protein in Urine/CSF Autoanalyser 1050 01 1050

29. Q1 Lamp 12V,20W,3380-018

Merck/Vital

4400 IF Required

30. Reaction Rooter Cat No 3070340

Merck/Vital

14080 12 168960

31. Tubing SET For Slectra XL IF Required

32. Service Kit for Water Pump

Slectra X-L Merck/Vital

24530 02 49060

33. SGOT kit (AST) Single step

Enzymatic- Large

7600 18 136800

34. SGPT kit (ALT) Single step

Enzymatic Size Large

3800 24 91200

35. SPOTOFOLOUL Cat No 8000 9400

36. Serum Sodium kit 1700 20 34000

37. Serum cup for selectra XL 1X500 400 If Required

38. System Solution for Selectra XL 9400 38 357200

39. Serum Potassium kit 1700 20 34000

40. Total Iron Biunding capacity kit

(Single step)

4800 02 9600

41. Total Protein kit Size Large 2530 02 5060

42. Triglycerides kit Single Step Size

Large

5545 02 11090

43. Urea kit Enzymatic calorimetric

Size Large

04

44. Urea kit single step Size Large 5000 20 100000

45. Uric Acid single step Size Large 3550 02 8100

Page 78: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

46. Valve Block Slectra X-L

Merck/Vital

14500

0

IF REQUIRED

47. Water Filter 50-150 ml Cat

No.3066-083

7420 IF REQUIRED

48. ACP stain 32500 If Required

49. APTT kit without Calcium Chloride

small size

2190 36 78840

50. Calcium Chloride Solution for

APTT Mediline

450 02 900

51. Control Standard Solution for

Hematology Analyzer Medonic

21100 If Required

52. E.S.R Pipette (Wester Green

method (Germany) Glass

26 If Required

53. E.S.R Stand With Clip (10 Hole)

Fine quality Heave duty

450 If Required

54. Field stain Solution A,B 990 If Required

55. Giemsa stain Medilines/Merck 1400 02 2800

56. Hemoglobin kit 825 If Required

57. Hemoglobin Pipette Glass 20 ul 225 If Required

58. Iron Stain 7200 If Required

59. Medonic Solution Diluent 1x20 L

Boule

11800 70 826000

60. Medonic Solution Lizer 1x10 L

Boule

21000 If Required

61. Medonic Solution Lizer M Series

1x5 L Boule

21000 70 1470000

62. WBC Solutioun If Required

63. NSA DA Stain 89900 If Required

64. PAS Stain for Bone marrow 7200 01 7200

65. Prothrombin time

(Thromboplastic) kit

2190 50 109500

66. Sudan Black 6500 If Required

67. Sysmex cell pack solution 20 liter 9400 40 376000

68. Sysmex Stromatolyzer 1x500 ml 9000 40 36000

69. ANA Kit 100 Test 885 03

70. Anti Biotic DISCs 1x50 170 If Required

71. ASOT kit 100 test 790 10 kit 7900

Page 79: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

72. Beta HCG kit 96 tests Elisa 6450 If Required

73. BHI agar- 500 gm 2990 If Required

74. BHI-Broth 500 Gram 2990 If Required

75. Blood Agar 500 gm 7500 01

76. Blood Agar with Gentacin 500 gm 2990 If Required

77. Blood culture Bottles 25 ml 55 If Required

78. Blood culture Bottles 50 ml 60 150 9000

79. Bunson Burner fine quality 1245 If Required

80. Carbol Fuchsin Stain 500 ml 445 If Required

81. Carbolic Acid 1400 If Required

82. Cedar wood oil for microscopy 750 If Required

83. Cled Agar 500 gm 2990 If Required

84. CRP KIT 790 10 7900

85. Crystal Violet stain 475 If Required

86. CSF cell count solution Mediline 475 If Required

87. Culture Swab sterile Imported 595 1150

88. Decolorizer for ZN Stain 500 ml 400 If Required

89. Decolorizer for Gram Stain 500 ml 400 If Required

90. Gram Color (Gram stain )

complete set

2000 If Required

91. Gram Iodine 750 If Required

92. H. Pylori device 33 900 29700

93. HbsAg Device 1x40 350 1000x40 350000

94. HbsAg Elisa kit 96 tests 1190 If Required

95. HCV 96 tests Elisa 2190 If Required

96. HCV Device 1x40 664 1000x40 664000

97. Hema screen for Fecal Occult

Blood Immunostic 100 test

2150 01 2150

98. HIV 96 tests Elisa 2490 If Required

99. HIV Device 678 300 203400

100. Malaria Device 1x40 1300 300 390000

101. Lactophenol Blue stain 1450 If Required

102. Macconkey Agar 500 Gram 2990 If Required

Page 80: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

103. Macconkey Agar 500 Gram

without Gention violet

2990 If Required

104. Macconkey Broth 500 Gram 2990 If Required

105. Dengue IgG/IgM Device 2800 If Required

106. Mullar Hinton Agar 500 Gram 11100 If Required

107. Mycodot device 1x40 1900 If REQUIRED

108. Micro Albumin urea Urine kit If REQUIRED

109. NS 1 Dengue Device 2500 If Required

110. Nutrient Broth 500 gm 2990 If Required

111. Oxidase reagent 11500 If Required

112. Petri Dish Plastic Disp 6.5 200 1300

113. Potassium Hydroide (KOH) 1800 If Required

114. Pregnancy 100 tests 3.20 1000 3200

115. PSA Device 100 IF REQUIRED

116. RA Latex100 tests 690 12 8280

117. RPR device 1X40 640 300X40 192000

118. Saboround Dextrase agar 500 gm 2990 If Required

119. Safranine Stain 450 If Required

120. Salmonella Enrichment Broth 500

gm

11000 If Required

121. Salmonella Shigella agar 500 gm 2990 If Required

122. Screw caped tube 17x120 mm 3900 If Required

123. Semen Analysis Solution Mediline 850 If Required

124. T3 kit 96 tests Elisa 12000 16 192000

125. T4 kit 96 tests Elisa 12000 16 192000

126. TCBS Cholera Agar 500 gm 2990 If Required

127. TSH KIT 96 tests Elisa 12000 16 192000

128. Typhidot device( single step) 1x40 1700 40x40 68000

129. Urine Strips 10 Para Meter 1x100 1000 20 5000

130. Urine Strips 2 Para Meter ketone

1x100

550 10 2750

131. Urine Strips 3 Para Meter 1x100

(pH,Sugar,Protein)

550 80x100 44000

132. Urinary Protein kit If Required

Page 81: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

133. Urinary Sodium kit If Required

134. Urinary Potassium kit If Required

135. Widal kit (O,H,A,B) 4 vial set 2600 10 26000

136. ZN STAIN (AFB complete ) set 1100 02 2200

137. Anti Human Sera 10 ML 275 60 16500

138. Anti Sera (A,B & D) 525 250 131250

139. Blood Lancet (200 pcs ) 125 100 12500

140. Bovine Albumin 175 60 10500

141. Brush –test tubes washing small 25 If Required

142. Cover Glass for Counting

Chamber Neuber

290 If Required

143. Cover Slips 18x18 mm Germany 75 10 750

144. Disposable conical test tube 50

ml

1390 If Required

145. EDTA Powder 1 kg 1000 05 5000

146. Glass slides 1x72 China 62 500 31000

147. Glass slides 1x72 Germany 85 200 17000

148. Micro Pippette 10 ul 1500 IF REQUIRED

149. Micro Pippette 100 ul 1500 IF REQUIRED

150. Micro Pippette 1000 ul 1500 IF REQUIRED

151. Micro Pippette 100-1000 ul 2500 IF REQUIRED

152. Micro Pippette 10-100 ul 2500 IF REQUIRED

153. Micro Pippette 20 ul 1500 IF REQUIRED

154. Micro Pippette 50 ul 1500 IF REQUIRED

155. Micro Pippette 5-500 ul 2500 IF REQUIRED

156. Neubar Chamber for cell counting

Gemany

450 IF REQUIRED

157. Plastic Rack 5x10 hole tubes- top

quality

500 IF REQUIRED

158. Stop watch digital China 275 01

159. Test tubes glass 16x150 mm

China

05 500 2500

160. Test tubes glass 4 inch china

with cork 13*75 mm

1*1000/Pack

2200 200 280

Page 82: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

161. Test tubes glass 4 inch Pyrex

1X100

1990 IF REQUIRED

162. Test Tubes Plastic 4 inch13*75

mm with cork 1X1000

2200 150 330000

163. Tips Blue-500-1000 ul Imported 160 10 1600

164. Tips Yellow 10-100 ul Imported 125 20 2500

165. Vaccum Tube for Blood

collection 1.8 ml (Coagulation) Ptt

tes 1X100

390 130 50700

166. Vacuum Tube for Blood

collection (Coagulation PT, size

2.8 ml

1500 IF REQUIRED

167. Vacuum Tube for Blood

Collection EDTA (CBC) 1X100

390 1000 390000

168. Vacuum Tube for Blood

Collection Plain

390 IF REQUIRED

169. Vacuum Tube for Blood

collection Plain with Gel 1X100

390 100 39000

170. Acetone 2.5L/Bottle 1590 50 79500

171. Eosin 500mL/ Bottle 1500 15 22500

172. Formalin 2.5L/Bottle 450 IF EEQUIRED

173. Filter paper 190 IF REQUIRED

174. Giemsa 500mL/ Bottle 1200 10 12000

175. Glysrin 2.5L/Bottle 1490 03 4470

176. Heamatoxylin 1L/Bottle 4500 10 45000

177. Hcl 2.5L/Bottle 1490 02 2980

178. Indian Ink 1900 IF REQUIRED

179. Mountant DPX 500ml(Merck) 4500 IF REQUIRED

180. Methanol 2.5L/Bottle 545 IF REQUIRED

181. Xylene 2.5L/Bottle 1590 50 79500

182. Wax 2.5L/Bottle 4200 IF REQUIRED

183. ER PR STAIN IF REQUIRED

184. Silver Stain IF REQUIRED

185. S- 100 Stain IF REQUIRED

186. CK Stain IF REQUIRED

187. LCA Stain IF REQUIRED

Page 83: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

188. Cango Red IF REQUIRED

189. GMS IF REQUIRED

190. Her 2 New IF REQUIRED

191. Mucin Stain IF REQUIRED

192. F PAS Already prepared 6800 IF REQUIRED

193. ZN Stain Already prepared 2100 IF REQUIRED

194. Iron Already prepared 6800 IF REQUIRED

195. Sudan Black Already prepared 6800 IF REQUIRED

196. Retic Stain 2990 01 2900

197. Van Gieson Already prepared 6800 IF REQUIRED

198. Methaanamin Already prepared 48900 IF REQUIRED

199. Alcian Blue Already prepared 19500 IF REQUIRED

200. PAP/PAP diastase Already

prepared

6800 IF REQUIRED

201. Cover Slips (24x50) Germany 125 50 6250

202. Cover Slips (22x22) Germany 90 80 7200

203. Diamond Pencil 325 IF REQUIRED

204. Microtome Blade Disposable

(Feather) 1X50

9800 20 196000

SPECIFICATIONS FOR PCR KITS & CONSUMABLES

205. HCV Real Time PCR

(Quantitative) Kit With Extraction

kit (LOD < 50 IU/ML)

With All Using consumable PCR

tubes 0.1 ml & filter tips (10-100-

1000 ul )

* Spin Column based extraction.

* Ready to use kit.

* IVD Marked

90000

0

100

test/ki

t

100 kits 9000000

206. HBV Real Time PCR

(Quantitative) kit with Extraction

kit (LOD < 50 IU/ML)

85000 08 kits 680000

Page 84: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

With All Using consumable PCR

tubes 0.1 ml & filter tips (10-100-

1000 ul )

* Spin Column based extraction.

* Ready to use kit.

* IVD Marked

100

Test/k

it

207. HCV Real time Genotype kit with

Extraction kit

* Specificity HCV Genotype 1-3

With All Using consumable PCR

tubes 0.1 ml & filter tips (10-100-

1000 ul )

* Spin Column based extraction.

* Ready to use kit.

* IVD Marked

12000

0

50

test/ki

t

20 kits 2400000

208. Absolute Ethanol 90% to 100% 12000

/5 liter

20 liter 48000

209. Eppendorf tubes 1.5 ml flat caps 850/5

00

tubes

340 Pack 34000

210. Eppendorf tubes 2.0 ml flat caps 850/5

00

tubes

30 Pack 35500

Name of Bidder: ______________________

CNIC No.____________________________

Page 85: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract

for

Orthopaedic

Implants

Page 86: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Orthopedic Implants during Financial Year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 24-05-2017 till 10:30 AM

Receiving Date & Time 24-05-2017 till 11:00 AM

Opening Date & Time 24-05-2017 till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security

Hospital Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

estimated price in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ________________________________________

Name of authorized representative _______________________________________

I.D Card No. (CNIC) ________________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 87: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time.

In case of submission of false statement by the firm, the department reserves the right

to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social

Security Hospital, Lahore are not more than the prices quoted in other

Government/Autonomy Institution. In case of any over pricing firm shall be bound to

refund the excess charged amount to the Institution. The firm also confirm to abide by

all the terms and conditions laid down in the Tender inquiry, in case of any violation of

any terms and conditions, the Hospital reserves the right to take any punitive action

including forfeiture of security, under the rules.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

Page 88: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS

FOR THE PURCHASE OF ORTHO IMPLANT DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original

manufacturers/authorized sole agents of foreign principals in Pakistan for supply

of Ortho Implant having well repute for the supply of stores as scheduled in this

invitation for bid. Tender should be sent in the name of the Medical Superintendent,

Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item

No.

Name of

Item

Brand

Name

Cat

No

Manufacturer Country of

Origin

Pack

Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item

No.

Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall

be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and

legible letters. The envelopes shall then be sealed in an outer envelope. The financial

proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to

the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital,

Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the

Page 89: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

bids have been opened. However, the procuring agency may seek and accept

clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide

information concerning their professional, technical, financial, legal or managerial

capabilities.

12. No offer will be considered if it:

xxii. is received after the date and time fixed for its receipt.

xxiii. is unsigned

xxiv. is conditional

xxv. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous

Health Institutions or by the Federal Health Ministry.

xxvi. is received with validity period shorter than that required in the tender

inquiry.

xxvii. does not confirm to the general conditions of the tender inquiry.

xxviii. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by

the person signing the tender. All pages of the Tender must be properly singed at the

bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found

to be of the same specifications as required in the invitation of bid / substandard /

spurious / misbranded / expired. Moreover, it will replace the unconsumed expired

stores without any further charges.

15. The firm shall supply all Ortho Implant as far as possible as per tender requirement in

special packing. The following wording shall be printed in bold letters, both in Urdu &

English in Red indelible ink on each carton, pack, etc. in case of imported items (or

small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab

Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s

other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will

be carried out at final destination.

Page 90: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

18. Supplier should note that if the stores inspected are rejected, by the Inspection

Committee in the presence of supplier’s representative it will be concluded that the

rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the

institution may take any punitive action including forfeiture of performance security and

black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of

issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week

of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule

or supplied substandard items and failed to replace it with the standard one, risk

purchase will be made and price difference / extra amount will be recovered either

from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance

Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account

and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the

interpretation and/or application of this contract shall be settled through arbitration.

The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road,

Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or

award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items

at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized

Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore.

After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital,

Multan Road, Lahore may reject all bids or proposals at any time prior to

acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any

bidder, the grounds for its rejection of all bids or proposals, but shall not

Page 91: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security

Hospital Multan Road, Lahore shall be final.

Name of the Firm: _____________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

Page 92: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR ORTHO AMPLANT PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

7. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

8. Financial Soundness of the firm

xiii. Income tax paid certificate 08

xiv. Balance Sheet 12

xv. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

9. Establishment of company/firm with reference to the

Services.

xiii. More than 05-years 10

xiv. 03-05 years 05

xv. 01-03 years 03

10

10. Overall reputation Certificate in reference to the

Services

xiii. Private Sector + Public Sector 10

xiv. Public Sector 05

xv. Private Sector 05

10

11. Product Certification

a) Certificates FDA/CE(MDD)/JIS

ix. Any two Certificate 10

x. Any one Certificate 05 b) For local products

ix. ISO 10

x. ISO14000 05

10

Page 93: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Note: Acceptable Bids must score minimum of 65% marks.

12. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

ix. International market 10

x. only local market 08 b) Foreign product

ix. In two or more continents 10

x. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Agent capacity to provide technical service in

reference to the implants

a) Warranty of the implants

vii. 01-Years 05

viii. 02- Years 10 Local Distributor/Principal shall clearly define which implant is

replaceable under warranty.

10

TOTAL

100

Page 94: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE

LIST OF (ORTHOPEDIC IMPLANTS) FOR THE YEAR 2017-18

Sr. No

NAME OF ITEMS WITH SPECIFICATION

Estimate

d

Demand

Estimate

d Price

Total

1 1/3 TUBULAR PLATE 3.5MM.

4 H

5”

6”

7”

05

05

05

05

145

145

165

175

725

725

825

875

2 A WIRE + K WIRE

(All Type)

200 24 4800

3 AEROPLANIC SPLINT If

Required

- -

4 AUSTIN MOORE HIP PROSTHESIS (standard

stem/narrow stem) size 38 to 52mm

Sterilized

Non sterilized

20

20

2200

2575

44000

51500

5 BIPOLAR HIP PROSTHESIS.

With bone cement Full Range (Imported)

06 53000 318000

6 BIPOLAR HIP PROSTHESIS. (Cement less)

Full Range (Imported)

If

Required

- -

7 BONE CEMENT (radio opaque standard viscosity

powder plus

Sterile liquid of methylment hacrylate (simple)

If

Required

- -

8 BONE CEMENT WITH GENTAMYCIN 10 5000 50000

9 BONE CEMENT SIMPLE 16 3000 48000

10 BONE STAPLES SET OF THREE 10 80 800

11 Bone substitute 6 21000 126000

12 Bone wax If

Required

13 BRAUN’S EXTENSION SPLINT If

Required

- -

14 CALIBRATED GUIDE WIRE If

Required

- -

15

CANCELEOUS BONE SCREWS 4.5 mm dia, 32 mm

thread with washers length up to 110 mm

1600 34 54400

16 CANCELEOUS BONE SCREWS 4mm dia, length

up to 50 mm (Fully threaded)

If

Required

- -

17 CANCELEOUS BONE SCREWS 4mm dia, length

up to 50 mm (Half threaded)

If

Required

- -

18 CANCELEOUS SCREWS FULLY THREADED

(HALF THREADED) 3.5mm, 10-600mm

500 35 17500

Page 95: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

19 CANCELLOUS BONE SCREWS

6.5 mm dia length up to 110mm

Fully threaded) and 32 mm and 16mm threaded

150 110 16500

20 Cannulated Dril Bit

i. 2.7mm-

ii. 3.2mm

iii. 3.5mm

iv. 6.5mm

If

Required

- -

21 Cannulated screw

3mm dia length up to 110mm.

v. 3.5mm“ “ “ “ “ “ “ “ “ “.

vi. 4.0“ “ “ “ “ “ “ “ “ “.

vii. 6.5 mm “ “ “ “ “ “ “ “ “ “

viii. 7.0mm “ “ “ “ “ “ “ “ “ “.

If

Required

-

-

22 Dril Bit with Demand Tip If

Required

- -

23 CERVICAL SPINE PLATE. If

Required

- -

24 CHARNELY COMPRESSION CLAMP If

Required

- -

25 CONDYLAR BLADE PLATE 90 DEGREES.

5 H X 50mm

“ 60mm

“ 70mm

‘’ 80mm

7H x 50mm

60mm

70mm

80mm

9H x 50mm

60mm

70mm

80mm

12H x 50mm

60mm

70mm

80mm

14 H x 50mm

60mm

70mm

80mm

16 H x 50mm

60mm

70mm

80mm

18 H x 50mm

60mm

70mm

80mm

If

Required

- -

Page 96: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

26 CORTICAL BONE SCREW 3.5 mm dia length up to

60mm.

800 34 27200

27 CORTICAL BONE SCREWS 2.5 mm dia length up

to 40mm.

If

Required

- -

28 CORTICAL BONE SCREWS 4.5 mm dia length up

to 70mm

1200 34 40800

29 CORTRICAL BONE SCREWS 2 mm dia length

4-16mm.

If

Required

- -

30 Malleolar screw 4.5 mm length 16mm up to 70 mm If

Required

- -

31 CRAMER WIRE SPLINT If

Required

- -

32 D.C.P BROAD 4.5 MM.

6 H

7

8”

9”

10”

11”

12”

14”

If Required

10

If Required

If Required

If Required

If Required

If Required

-

300

-

-

-

-

-

3000

-

-

-

-

33 D.C.P NARROW 4.5.

6 H

7”

8”

9”

10”

11”

12”

05

20

30

10

05

05

05

215

235

270

300

325

350

350

1075

4700

8100

3000

1625

1750

1750

34 D.C.S 95 DEGREE (COMPLETE SET)

4 H

5”

6”

8”

10”

12”

14”

05

05

05

05

05

05

05

1500

1500

1500

1600

1600

1600

1600

7500

7500

7500

8000

8000

8000

8000

Page 97: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

35 D.H.S 135 DEGREE (COMPLETE SET).

4 H

5 “

6”

7”

8”

9”

10”

12”

80

20

10

05

10

05

10

10

1375

1375

1499

1499

1599

1599

1699

1799

120000

30000

15000

7500

16000

8000

17000

17000

36 DENHIM PIN If

Required

- -

37 DRILL BIT

1.5mm

2.7mm,

3.2mm,

3.5mm,

4.5mm,

5mm,

6.5mm.

If

Required

20

20

If

Required

If

Required

If

Required

If

Required

-

2599

2599

-

-

-

-

-

51980

51980

-

-

-

- 38 ENDER NAILS If

Required

- -

39 EXTERNAL FIXATOR

Compression distraction

If

Required

- -

40 EXTERNAL FIXATOR double rod with 06 schanz

screw (Imported)

10 12900 129000

41 EXTERNAL FIXATOR double rod with 6 local

schanz screw.

i. For – Tibia/Femur

ii. For – Radius/Ulna

10

10

1785

1785

17850

17850

42 EXTERNAL FIXATOR T CLAMP

If

Required

- -

43 FIXATOR INTERNI (complete set) If

Required

- -

44 GIGGLY SAW 50 49 2450

45 GUIDE WIRE FOR D.H.S 80 70 5600

46 Herbert’s screw (imported) If

Required

- -

47 HUMERUS SIMPLE NAIL If

Required

- -

48 I/M nailing for children with complete set (flexible) If

Required

- -

49 Inter frontal screws If

Required

- -

Page 98: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

50 INTER LOCKING NAIL FOR HUMERUS (compete

set)

Reamed

Un reamed

10

2575

25750

51 INTER LOCKING NAIL FOR TIBIA.

(Complete set)

Reamed

Un reamed

30

2575

77250

52 INTERLOCKING NAIL FOR FEMUR

(Complete set)

Reamed

Un reamed

30

2575

77250

53 Proximal Femoral Nail If

Required

- -

54 Reconstruction Nail If

Required

- -

55 Fixator for Pelvic If

Required

- -

56 KIRSCHNER NAIL (I/M NAIL FOR FEMUR)

6 to 9 mm dia and length 14 to 40 cm

10 to 14 mm dia and length 14 to 40 cm

If

Required

- -

57 KIRSCHNER NAIL (I/M NAIL FOR TIBIA)

6mm dia and length 18 to 34 cm

10 to 14 mm dia and length 14 to 40 cm

If

Required

- -

58 KNOWLE’ S PIN If

Required

- -

59 L BUTTRESS PLATE.

4, 6 H

8, 10 H

If

Required

- -

60 L C D C plates 4.5

6 H

8 “

9 “

10 “

If Required - -

61 L C D C plates.

Small fragment

6 H

7 “

6 “

If

Required

- -

Page 99: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

62 LCP Locking Compression Plate with locking screw

(Complete Set)

ix. Proximal femmur plate

x. Distal Femur plate

xi. Proximal tibia plate

xii. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

xiii. Clavical plate

xiv. Pelvis plate

xv. Anicle / calcanious

xvi. Narrow plate 4.5mm

xvii. Broad plate 4.5 mm

xviii. DHS Plate 4.5mm

10

10

10

If Required

If Required

If Required

If Required

10

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

8400

8400

8900

-

-

-

-

10000

-

-

-

-

-

-

-

84000

84000

89000

-

-

-

-

100000

-

-

-

-

-

-

-

63 MINI FRAGMENT PLATE.

4”

5”

6”

If

Required

- -

64 MOSS MIAMI set with two screws outer & inner.

Optional accessories

a. Transverse connector

b. Pedicle hook

c. Laminar hook

d. Laminar hook angled

e. Laminar hook narrow

f. Laminar hook wide

g. Angled supra laminar right

h. Angled supra laminar left

i. External body laminar hook

j. Off set body hook

k. Inner

l. Outer

m. Washer

If

Required

- -

Page 100: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

65 N-A FIXATOR with shanz screws

Small

Medium

Large

05

1675

8375

66 ORTHO FIX (external fixator)

Small

Medium

Large

05

05

05

1380

1380

5500

6900

6900

27500

67 PERTROCHANTERIC BLADE PLATE 95

DEGREE.

BLADE LENGTH 50,60,70,80,90,95,100,105,

110MM

PLATE LENGTH 4, 6, 9, 12 HOLE

If

Required

- -

68 RECON NAIL SYSTEM (IMPORTED) for Femur. If

Required

- -

69 RECONSTRUCTION PLATES (Y PLATES)

6 H

8 “

12 “

14”

If

Required

- -

70 RETROGRADE INTERLOCKING NAIL FOR

FEMUR (Complete set)

If

Required

- -

71 Revision knee 02 235000 470000

72 Revision Knee with Augmentation Blocks 01 624500 624500

73 RING FIXATOR full ring+ attachments (made up of

two half rings)

Dia 130mm

“ 140mm

“ 150mm

“ 160mm

“ 170mm

“ 180mm

05

05

05

05

05

05

190

190

190

190

190

190

950

950

950

950

950

950

74 RUSH NAIL (ALL SIZES) If

Required

- -

75 SEMI TUBULAR PLATE 3.5MM.

5 H

6”

7”

8”

10”

If

Required

- -

Page 101: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

76 SHANZ SCREWS

2MM

4MM

6.5MM

If

Required

- -

77 Shoulder hemiarthroplasty. If

Required

- -

78 SMALL “T”PLATE3.5MM.

3 H

4”

5”

6”

8”

05

05

05

05

05

150

150

200

200

200

750

750

1000

1000

1000

79 SMALL DCP Plate 3.5MM.

5H

6”

7”

8”

10”

15

15

15

15

15

159

159

224

224

224

2385

2385

3360

3360

3360

80 SPOON PLATE.

5 H

6”

8”

If

Required

- -

81 STANDARD “T” PLATE 4.5MM.

3 H

4”

5”

6”

8”

10”

12”

05

05

05

05

05

05

05

324

325

325

349

349

349

349

1620

1175

1175

1745

1745

1745

1745

82 STEIN-MAN PIN 30 59 1770

83 SUTURE WIRE (16 TO 22 SWG)

CIRCLAGE WIRE

If

Required

- -

84 THOMAS SPLINT 05 75 375

85 THOMPSON HEMIARTHROPLASTY

PROSTHESIS 38-55mm with one bone cement

If

Required

- -

86 Total Flex knee joints 10 209400 2094000

87 TOTAL HIP REPLACEMENT

(MODULAR TYPE) with two packets of bone cement

with gentamycin and cement plug.

03 53000 159000

88 TOTAL HIP REPLACEMENT CEMENT- LESS

06 125000 750000

89 Revision of Hip joint cemented and femoral long stem 01 175000 175000

90 Revision of Hip joint (Non-cemented) If

Required

- -

Page 102: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

91 TOTAL KNEE JOINTS (completer set)

Femoral component- one

Tibia component -one

Articulating surface- one

Patellar button -one

Bone cement – 2 Pack with Gentamycin

04 134000 536000

92 Total Shoulder Replacement If

Required

- -

93 Uni compartment Knee If

Required

- -

94 Veterbroplasty cement If

Required

- -

95 WASHER FOR CANCELLOUS SCREWS 100 20 2000

96 Vertebral body cages If

Required

- -

97 Ace tabular cages for Hip (T.H.R) If

Required

- -

98 Drill bit (Imported) All Sizes 40 2490 99600

99 Trocrochinaric Screw If

Required

- -

100 Amplants Sheets If

Required

- -

Titanium implants

101 Broad D.C.P

8 Hole

9 “

10”

05

05

05

990

990

990

4950

4950

4950

102 D.C.S Complete set

If Required - -

103 D.H.S Complete set

If Required - -

104 I/M Nail (Interlock with complete set)

Tibia

Femur

Humurs

If Required - -

105 Narrow D.C.P

8 Hole to 12 Hole

9 “ “

10 “ ”

12 ” “

05

05

05

05

-

490

590

1099

1099

-

4250

2950

5495

5495

106 Small D.C.P

6 Hole

7 “

05

05

490

2450

Page 103: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

8 “ 05 590

690

2950

3450 107 TITANIUM SCREWS

3.5mm

4.5 mm

If Required - -

108 LCP Locking Compression Plate with

locking screw (Complete Set)

xix. Proximal femmur plate

xx. Distal Femur plate

xxi. Proximal tibia plate

xxii. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

xxiii. Clavical plate

xxiv. Pelvis plate

xxv. Anicle / calcanious

xxvi. Narrow plate 4.5mm

xxvii. Broad plate 4.5 mm

xxviii. DHS Plate 4.5mm

10

10

10 If Required

If Required

If Required

If Required

10

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

If Required

8400

8400

8400

-

-

-

-

9300

-

-

-

-

-

-

-

-

-

84000

84000

84000 -

-

-

-

93000

-

-

-

-

-

-

-

-

-

109 RING FIXATOR full ring+ attachments

(made up of two half rings) Aluminum

Dia 130mm

“ 140mm

“ 150mm

“ 160mm

“ 170mm

“ 180mm

If Required

-

-

110 Hybrid Ex. Fix

If Required

-

-

Plate & screws for fractures mandible and other facial

bones

MICRO PLATE&SCREW 1.2mm

Sr. No

NAME OF ITEMS WITH

SPECIFICATION

Estimated

Demand

Estimated

Price

Total

111 Micro plate titanium 1.2mm x24

Hole

05 11000 55000

112 Titanium screw 1.2mm

x(5,8,9)mm

140 650 91000

Page 104: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

113 Drill Bit 1.0 mm 04 325 1300

114 Micro plate titanium 1.2mm x (L) If Required - -

115 Micro plate titanium 1.2mm x (T) If Required - -

116 Micro plate titanium 1.2mm x (Y) If Required - -

117 Micro plate titanium 1.2mm x (X) If Required - -

118 Orbital Micro plate titanium 1.6

x10 Hole

10 5000 50000

119 Orbital Micro plate titanium 1.5

x16 Hole

10 5500 55000

120 Micro plate titanium 1.6 x 05 Hole 10 4000 40000

121 Micro plate titanium 1.6mm x16

Hole

05 5500 27500

122 Titanium mesh 1.6

mmx(12x6)cmx0.3mm

If Required - -

123 Titanium mesh 1.6

mmx(12x6)cmx0.6mm

If Required - -

124 Titanium mesh 1.6 mm(For orbital

floor)

05 -

125 Micro plate titanium

1.6mmx(L,T,Y)

15 - -

126 Titanium Screw 1.6mm x(5,6)mm 300 600 180000

127 Drill Bit 1.3mm 10 6000 60000

MINI PLATE & SCREW 2.0mm

128 Mini plate titanium 1.5 mm x 10

Hole

12 6000 72000

129 Mini plate titanium 2.0mm x 20

Hole

10 5000 50000

130 ‘L’’ Shape Mini plate titanium

2.0mm

02 4500 9000

131 ‘T’’ Shape Mini plate titanium

2.0mm

02 4500 9000

132 ‘Y’’ Shape Mini plate titanium

2.0mm

03 4500 13500

133 ‘X’’ Shape Mini plate titanium

2.0mm

03 4500 13500

134 Chin plate titanium 2.0mm x 4

Hole

If Required - -

135 Mini Screw 11mm 50 450 22500

136 Mini Screw 9mm 50 450 22500

137 Mini Screw 7mm 60 450 27000

138 Mini Screw 5mm 50 450 22500

139 titanium screw 2.0 x 7mm 150 550 41250

140 titanium screw 2.0 x (5.5 to

15)mm

100 450 27500

141 Emergency screw 2.3 mm x7mm 25 550 13750

Page 105: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

142 Drill Bit 1.5mm 05 6000 30000

143 Surgical Burz Round 05 1500 75000

144 Surgical Burz Fisher 05 1500 75000

145 Surgical Burz FLAM 25 1500 37500

146 Arch Bar 30 650 19500

147 Dental Wire 0.45mm 10 500 5000

148 Recon plate angle 2.7mm

(Imported)

If Required - -

149 Recon plate (full jaw) 2.7mm

(Imported)

If Required - -

150 titanium screw 2.7mm (10

,12,14)mm

If Required - -

151 Drill Bit 2.0mm 05 6000 30000

152 Recon plate angle(Locking)

2.7mm (Imported)

If Required - -

153 Recon plate 2.7mm

Locking)(Imported)

If Required - -

154 Bone Substitute granule 10cc 05 - -

155 Bone Substitute granule 20cc 05 - -

156 Nanogel Injectable 5.0 cc (Paste

Form)

If Required - -

157 Odoncer Injectable 0.5 cc If Required - -

158 Intra oral distractor 2 plate with

screw,

If Required - -

159 Flaxib rod Distractor If Required - -

160 T-Handle Key for Distractor If Required - -

161 Micro Screw

5mm

6mm

7mm

9mm

30

30

30

30

600

600

600

600

18000

18000

18000

18000

BIORESORABLE PLATE & SCREW 2.0mm

162 Bio Absorble plate ‘L’ Shape 2.0

mm

If Required - -

163 Bio Absorble plate Orbital 2.0

mm

If Required - -

164 Bio Absorble Scre2.0 mm x 6.0

mm

If Required - -

165 Bio Absorble Screw 2.0 mm x 8.0

mm

If Required - -

CONDYLAR IMPLANT

166 Condylar Implants with plate + 6

Screw

If Required - -

167 3D Mini Plate 10 6000 60000

168 3D Mini Plate 50 400 20000

Page 106: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 107: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract

for

Surgical Sutures

Page 108: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Surgical Suture during Financial Year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 25-05-2017 till 10:00 AM

Receiving Date & Time 25-05-2017 till 11:00 AM

Opening Date & Time 25-05-2017. till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security

Hospital, Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

estimated price in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ________________________________________

Name of authorized representative _______________________________________

I.D Card No. (CNIC) ________________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 109: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time.

In case of submission of false statement by the firm, the department reserves the right

to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social

Security Hospital, Lahore are not more than the prices quoted in other

Government/Autonomy Institution. In case of any over pricing firm shall be bound to

refund the excess charged amount to the Institution. The firm also confirm to abide by

all the terms and conditions laid down in the Tender inquiry, in case of any violation of

any terms and conditions, the Hospital reserves the right to take any punitive action

including forfeiture of security, under the rules.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

Page 110: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TERMS & CONDITIONS

For the purchase of Surgical Suture

DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Surgical Suture having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No

Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No.

Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

xxix. is received after the date and time fixed for its receipt. xxx. is unsigned xxxi. is conditional xxxii. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.

xxxiii. is received with validity period shorter than that required in the tender inquiry.

xxxiv. does not confirm to the general conditions of the tender inquiry.

Page 111: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

xxxv. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

15. The firm shall supply all Surgical Suture as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, each piece, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore.

Page 112: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

Page 113: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR SURGICAL SUTURE

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm

xvi. Income tax paid certificate 08

xvii. Balance Sheet 12

xviii. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

3. Establishment of company/firm with reference to the

Services.

xvi. More than 05-years 10

xvii. 03-05 years 05

xviii. 01-03 years 03

10

4. Overall reputation Certificate in reference to the

Services

xvi. Private Sector + Public Sector 10

xvii. Public Sector 05

xviii. Private Sector 05

10

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

xi. Any two Certificate 10

xii. Any one Certificate 05 b) For local products

xi. ISO 10

xii. ISO14000 05

10

Page 114: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Note: Acceptable Bids must score minimum of 65% marks.

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

xi. International market 10

xii. only local market 08 b) Foreign product

xi. In two or more continents 10

xii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Length of Registration of Products with

Ministry of Health.

ix. 1-5 Years 04

x. 6-10 Years 08

xi. More Than 10 Years 10

10

TOTAL

100

Page 115: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE. LIST OF ITEM (FOR SURGICAL SUTURES)

2017-18.

SR,

NO.

NAME OF ITEMS WITH SPECIFICATION. Estimated

Demand

Estimated

Price

Total

1) Chromic catgut no. (0) 30mm R.B If required -- --

2) Chromic catgut no. (0) 40mm R.B 504x12 730/12 367920

3) Chromic catgut no. (1) 30mm R.B ½ circle needle If required -- --

4) Chromic catgut no. (1) 40mm R.B 66x12 625/12 41250

5) Chromic catgut no. (2) 40mm R.B ½ circle 306x12 912/12 279072

6) Chromic catgut no. (2/0) 20mm R.B 34x12 703/12 23902

7) Chromic catgut no. (2/0) 30mm R.B If required -- --

8) Chromic catgut no. (3/0) 20mm R.B If required -- --

9) Chromic catgut no. (3/0) 30mm R.B 25x12 693/12 17325

10) Chromic catgut no. (3/0) 25mm R.B If required -- --

11) Chromic catgut no. (4/0) 20mm cutting small

needle

If required -- --

12) Chromic catgut no. (4/0) 20mm R.B curved 8x12 693/12 5544

13) Ethibond (0) 40mm ½ circle R.B. If required -- --

14) Ethibond (1) 40mm ½ circle R.B If required -- --

15) Ethibond (2/0) 17mm taper cut. If required -- --

16) Ethibond (2/0) 25mm round body. If required -- --

17) Ethibond (10/0). If required -- --

18) Ethibond (3/0) 25mm If required -- --

19) Ethibond (4/0) 25 mm R.B If required -- --

20) Ethibond (5/0) with spatula needle If required -- --

21) Liga clip applicator medium/large LS 300 If required -- --

22) Liga clip applicator large LS 400 If required -- --

23) Liga clip medium/large LS 300 214 388 83032

24) Liga clip large LS 400 If required -- --

25) Ethilon (10/0). 40x12 4752/12 190080

26) Polydioxanone (0) 25mm R.B curved. If required -- --

27) Polydioxanone (0) 40mm R.B curved needle. If required -- --

28) Polydioxanone (1) R.B If required -- --

Page 116: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

29) Polydioxanone (3/0) 30mm R.B curved. If required -- --

30) Polydioxanone (4/0) 20mm R.B ½ circle. 220 246 54120

31) Polydioxanone (5/0) ½ circle. 15x12 2315/12 34725

32) Polyglycolic Acid no. (0) 30mm.R B. If required -- --

33) Polyglycolic Acid no. (0) 40mm R.B 35x12 1700/12 59500

34) Polyglycolic Acid no. (1) 40mm R.B. 5000-pice 124/-each 620000

35) Polyglycolic Acid no. (1) 30mm R.B. If required -- --

36) Polyglycolic Acid no. (2) 40/45mm R.B. 150x12 2300/12 345000

37) Polyglycolic Acid no. (2/0) 30mm R.B 110x12 1392 153120

38) Polyglycolic Acid no. (3/0) 40mm R.B. 1320-pice 165/- each 217800

39) Polyglycolic Acid no. (3/0) 30mm R.B 50x12 1392/12 69600

40) Polyglycolic Acid 4/0 R,B 15x12 1392/12 20880

41) Polyglycolic Acid 5/0. If required -- --

42) Polyglycolic Acid 6/0. Spatula needle 6x12 7800/12 46800

43) Propylene no. (0) 40mm R.B 15x12 1350/12 20250

44) Propylene no. (1) 40mm R.B. 40x12 2954/12 118160

45) Propylene (2/0) 25,30mm R.B. 65x12 1450/12 94250

46) Propylene no. (2/0) 30mm R.B ½ circle double

needle.

If required -- --

47) Propylene no. (2/0) 60mm straight needle. 260x12 1420/12 369200

48) Propylene (3/0) 20mm R.B. 20x12 1490/12 29800

49) Propylene (3/0) 35mm R.B If required -- --

50) Propylene no. (3/0) 16mm R.B. If required -- --

51) Propylene no. (3/0) 60mm straight needle. 20x12 1450/12 29000

52) Propylene (4/0) 16mm curved cutting needle. If required -- --

53) Propylene (4/0) 16mm / 20mm R.B. 15x12 2508/12 37620

54) Propylene (5/0) 16mm R.B. 5x12 1950/12 9750

55) Propylene no. (5/0) 13mm R.B. If required -- --

56) Propylene no. (5/0) Curved Needle. If required -- --

57) Propylene (6/0) 8mm speculated needle If required -- --

58) Propylene (6/0) Double Needle. 20x12 2400/12 48000

59) Propylene (6/0) 13mm R.B. If required -- --

60) Polyglycolic Acid Rapid (2/0) 35mm If required -- --

61) Polyglycolic Acid Rapid (3/0) 35mm If required -- --

Page 117: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

62) Poly Propylene mesh large 30x30cm 10 7412 74120

63) Poly Propylene mesh medium 15x15cm 20 3501 70020

64) Poly Propylene mesh small 6x11cm 130 3911 508430

65) Propylene tension suturing size 1, 90 mm cutting. 2x12 4000/12 8000

66) Black silk no. 0 Straight Cutting.60mm 100x12 444/12 44400

67) Black silk no. 3/0 Cutting Needle If Required -- --

68) Silk free tie (0). If Required -- --

69) Silk free tie (1). If Required -- --

70) Silk free tie (2/0). If Required -- --

71) Silk no. (1) 30mm R.B. 80x12 380/12 30400

72) Silk no. (1) 60mm curved cutting. If Required -- --

73) Silk no. (1) 60mm St. cutting. If Required -- --

74) Silk no. (2/0) 16mm curved cutting. If Required -- --

75) Silk no. (2/0) 25mm curved cutting. If Required -- --

76) Silk no. (2/0) 30mm ½ circle. R.B 20x12 600/12 12000

77) Silk no. (2/0) 60mm curved cutting. If Required -- --

78) Silk no. (2/0) straight.60mm 20x12 413/12 8260

79) Silk no. (3/0) R.B ½ circle. 20x12 430/12 8600

80) Silk no. (3/0) 19mm curved reverse cutting needle. If Required -- --

81) Silk no. (3/0) 25mm curved cutting. If Required -- --

82) Silk no. (3/0) 30mm R.B ½ circle. If Required -- --

83) Silk no. (4/0) ½ circle R.B. 20x12 430/12 8600

84) Silk no. (4/0) 16mm curved cutting. If Required -- --

85) Silk no. (4/0) 25mm curved cutting. If Required -- --

86) Silk no. (4/0) 30mm curved cutting. If Required -- --

87) Silk no. (4/0) 30mm R.B ½ circle. If Required -- --

88) Silk No.(5/0) cutting If Required -- --

89) Silk No.(5/0) R.B If Required -- --

90) Silk No. (5/0) Curved Needle. If Required -- --

91) Silk No. (6/0) Curved Needle. If Required -- --

Page 118: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 119: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract

for

Hearing Aids

and

Intraocular Lenses

Page 120: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Hearing Aid and I.O.L during Financial Year 2017-18

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 27-05-2017 till 10:30 AM

Receiving Date & Time 27-05-2017 till 11:00 AM

Opening Date & Time 27-05-2017 till 11:30 AM

Venue Conference Room, Nawaz Sharif Social Security

Hospital, Lahore.

Bid Security The bids shall accompany 5% Bid Security of the

estimated price in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ________________________________________

Name of authorized representative _______________________________________

I.D Card No. (CNIC) ________________________________________

Registration No. with Sales Tax Department ________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. ___________________________________

Page 121: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time.

In case of submission of false statement by the firm, the department reserves the right

to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social

Security Hospital, Lahore are not more than the prices quoted in other

Government/Autonomy Institution. In case of any over pricing firm shall be bound to

refund the excess charged amount to the Institution. The firm also confirm to abide by

all the terms and conditions laid down in the Tender inquiry, in case of any violation of

any terms and conditions, the Hospital reserves the right to take any punitive action

including forfeiture of security, under the rules.

Name of the Firm: _______________

Signature: _______________

Seal & Stamp of Firm: _______________

Page 122: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TERMS & CONDITIONS

For the purchase of Hearing Aid and I.O.L DURING FINANCIAL YEAR 2017-18

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Hearing Aid and I.O.L having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedures will be done strictly according to the PPRA, 2014.

3. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No

Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No.

Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months after 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. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2018, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

xxxvi. is received after the date and time fixed for its receipt. xxxvii. is unsigned xxxviii. is conditional xxxix. is given by the firm black listed, suspended or removed from the approved

list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.

xl. is received with validity period shorter than that required in the tender inquiry.

xli. does not confirm to the general conditions of the tender inquiry.

Page 123: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

xlii. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

15. The firm shall supply all Hearing Aid and I.O.L as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore.

Page 124: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR HEARING AID AND I.O.L

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

Page 125: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

2. 5% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS 1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm

xix. Income tax paid certificate 08

xx. Balance Sheet 12

xxi. Bank Statement 08

If balance sheet and bank statements both are deposited, then only marks of

balance sheet (12marks) would be counted. Tapering down phenomenon

regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

xix. More than 05-years 10

xx. 03-05 years 05

xxi. 01-03 years 03

10

4. Overall reputation Certificate in reference to the Services

xix. Private Sector + Public Sector 10

xx. Public Sector 05

xxi. Private Sector 05

10

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

xiii. Any two Certificate 10

xiv. Any one Certificate 05 b) For local products

xiii. ISO 10

xiv. ISO14000 05

10

6. Undertaking on judicial paper that firm is not blacklisted

in any Govt./Autonomous Body in last two years 10

Page 126: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Note: Acceptable Bids must score minimum of 65% marks.

7 Brand Make and Model of the Product

a) local product with

xiii. International market 10

xiv. only local market 08 b) Foreign product

xiii. In two or more continents 10

xiv. In single continent 08

10

8 Copy of valid sole agency agreement from principal

manufacture 10

9 Agent capacity to provide technical service in reference to the hearing aid

a) Warranty of the device

I 1-Year 05

II 2-years 10

Local distributor/ Principal shall clearly define which device is replaceable and under warranty

10

TOTAL

100

Page 127: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD

LAHORE LIST OF ITEM (HEARING AID)

2017-18.

1. HEARING AID POCKET TYPE

SR No

MAKE& MODEL

MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimated

Price

Total

i. 30 9000 27000

0

ii.

iii. S

iv.

v.

vi.

vii.

2. HEARING AID IN THE CANAL TYPE

SR No

MAKE& MODEL

MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimate

d Price

Total

i. If Required - -

ii.

iii.

iv.

v.

Page 128: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

3. HEARING AID BEHIND THE EAR

S. No MAKE

&MODEL MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimated

Price

Total

i. 50 10500 525000

ii.

iii.

iv.

4. ACCESSORIES OF HEARING AID Approximate Demand

Sr. No NAME OF ITEMS WITH SPECIFICATION

Approximate Demand

Estimated

Price

Total

i. 3 Pin receiver If Required - -

ii. 3 Pin V. Wire If Required - -

iii. 2 Pin receiver If Required - -

iv. 2 Pin V. Wire If Required - -

v. Bone conductor with head band If Required - -

vi. Ear mould 80 500 40000

vii. Electro Larynx If Required - -

Page 129: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

LIST OF ITEM (I.O.L)

FOR THE YEAR 2017-18

SR. NO.

NAME OF ITEMS Approximate Demand

Estimated

Price

Total

1. Intra Ocular Lens(Hard) Posterior Chamber. Optic Dia 6.0mm, 6.5mm (other than India)

1000 700 700000

2. Intra Ocular Lens(Hard) Posterior Chamber. Optic Dia 5.5mm

200 700 140000

3. Intra Ocular Lens hard (Anterior Chamber) Optic Dia 6.5mm

50 1495 74750

4. Occustat/Miostat 100 95 9500

5. Phacoknife 2.75mm

5.5mm

3.25mm

100

80

20

470

475

450

47000

38000

9000

6. Methyl cellulose/ Occugell. 400 130 52000

7. Fold able IOL with Injector Max 3.5mm Hydrophobic

60 to 120 4000 to 8000 240000 to 480000

8. DCR Tube 05 900 4500

9. PhacoSleev 3.5mm 0.9mm (Large/ Small)

06 2500 15000

10. Phaco Irrigation Pipe for Phaco Machine Universal –II

If Required - -

11. Vision Blue 30 200 6000

12. Scleral Fixation PC IOL 10 1800 18000

13. Bandge Contract Lens 06 225 1350

14. Phaco –Tip 19/20G If Required - -

Page 130: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 131: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract

for

Medical Gases (Oxygen, Nitrogen, Carbon

Dioxide)

Page 132: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Refilling of Medical Gases for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (31.05.2017 11:00 AM )

Date and time of opening of tender (31.05.2017 11:30 AM )

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (31.05.2017

10:30 AM) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 31.05.2017 till 11:00am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional.

(6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed

from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 133: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

xii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

xiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

xv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

xvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

xvii. 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.

xviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

xix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

xx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include:-

m. Instructions to bidders

n. Schedule of Requirements

o. Technical Specifications

p. Contract Form

q. Manufacture s Authorization form

r. Proprietary Certificate in case of sole manufactured /imported items.

s. Bid Form

t. Price Schedule

u. Manufacturing License

v. Price Reasonability Certificate

w. Certificate on Stamp Paper of worth Rs.100/-

x. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 134: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

e) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

f) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

g) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

h) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity, and prices.

8. BID PRICES:

vii. The bidder shall indicate on the appropriate Price Schedule the Unit Price; it proposes to supply

under the Contract.

viii. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

ix. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

x. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xi. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xii. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

j) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

k) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital

satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined

under instruction to the bidders

l) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital

satisfaction:

m) 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.

Page 135: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

n) 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.

o) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

p) 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.

q) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

r) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the

items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if

the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical

Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital 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.

C) Bidders who-

(c) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(d) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

c. Be addressed to the Medical Superintendent NSSSHL and;

d. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 136: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11.30am on 31-05-2017, in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such

other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall

be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION; - All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.

iii. if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity.

22. EVALUATION & COMPARISON OF BIDS: -

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test

reports, previous experience, financial soundness and such other details as the authority, at its discretion, may

considered appropriate, shall be considered. however, the evaluation of the financial proposal shall be on the basis

of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA: -

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

experience, financial soundness and such other details as the authority, at its discretion many consider appropriate

shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall

be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified

in the Evaluation report.

Page 137: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR REFILLING OF MEDICAL GASES

SR. # ASSESSMENT PARAMETERS MARKS

7. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

8. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited, then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

9. Establishment of company/firm with reference to the Services.

More than 05-years =10

03-05 years =05

01-03 years =03

10

10. Product Certification a) Certificates FDA/ISO

i. Any to certificates =10 ii. Anyone certificate =05

b) For local products i. ISO =05 ii. ISO 14000 =03

10

11. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

12. Availability of the plants and technical staff of the company / firm in reference to the services

i. Availability of plants = 15 ii. Availability of technical staff = 05

20

13. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

10

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

Page 138: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

proposals shall be returned unopened after completing the selection process. It shell be simultaneously

notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location

for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 opened and the quoted price read

aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it

would be finding, at any time, that the information submitted by him concerning his qualification was false

and materially inaccurate or incomplete.

25. REJECTION OF BIDS: The Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT: - the results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA: -

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

4. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

5. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

6. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial

packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous

year’s consumption however, supply order will be issued in favor of the graded firms on monthly basis

with revised quantity of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS: -

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the

Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the

hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion

extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be

granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

Page 139: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the

application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified

in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General

Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority

may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by

the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item the

payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any

extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier

, in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

d) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

e) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

f) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

iv. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

v. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

vi. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late

delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab

Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 140: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 141: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH RS.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on _________________________ for the supply of

Stationary items for NSSSH as advertised in the tender notice as well as those contained in the bid

Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/

conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be

the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to

accept the recovery of liquidated damages on belated supplies and shall have no objection on risk

purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of

any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to

do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to

non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 142: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM

DATE:________ NO.__________ TO, The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 143: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government

of Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

G. Price schedule submitted by the bidder,

H. Technical specification;

I. General conditions of contract;

J. Special conditions of contract; and

K. Procuring Agency s Award of contract; and

L. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time and

in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 144: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product, the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

APPROXIMATE DEMAND FOR MEDICAL GASES FOR THE FINANCIAL YEAR

2017-18

Sr.No. Name of Item Approximate Demand 2017-18

1. XM/16200L 16 Cylinders

2. XE/1620L 112 Cylinders

3. MM 240CFT 926Cylinders

4. MF 48CFT 2044 Cylinders

5. ME 24CFT 47 Cylinders

6. Liquid Nitrogen 08 Cylinders

7. Liquid Oxygen M3 90,000M3 Cylinders with tank/ without tank

8. CO2 33

9. AIR Cylinders 03

Page 145: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REFILLING OF MEDICAL GASES FOR THE FINANCIAL YEAR, 2017-18

S. NO.

NAME OF ITEMS WITH SPECIFICATIONS RATE OFFERED

1. Compressed Medical oxygen Gas cylinders ME (24 cft)

2. “ “ “ MF(48Cft)

3. “ “ “ MM (240cft)

4. Liquid Medical oxygen container VIE tank(1290M3Capacity)

5. VIE tank

Capacity of each 1500 litres(VIE Tank) (Only monthly rent)

6. Nitrous Oxide cylinder XE (24 cft) 1620 litres

7. Nitrous Oxide cylinder XM (240 cft) 16200 litres

8. Compressed Air MM 240 cft (6.80 M3)

9. Cost of replacement of new oxygen valve

10. Cost of replacement of new Nitrous oxide valve

11. Cost of replacement of new spindle

12. Painting charges of cylinder

13. Hydraulic testing charges

14. Drying out charges

15. Entonox 48 cft Capacity 2700 Litres

16. Nitrogen Gas Cylinder(High Purity) 6.229 M 3 99.999%

17. CO2 48cft

18. CO2 240 cft

19. Transportation charges for 240 cft cylinders

20. Delivery charges

21. Sales tax and excise duty

NAME OF BIDDER _______________________________

SIGNATURE AND STAMP OF THE BIDDER __________________

Page 146: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Cost Rs.1000/- (Non-refundable)

TENDER FOR REFILLING OF MEDICAL GASES

Due date 31.05.2017

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Incom tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder: __________________

Date: __________________

Stamp: __________________

Page 147: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF MEDICAL GASES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2018. 2. The tender will be opened in the presence of tender representatives/

bidders on 31.05.2017 at 11:30 AM after receiving from the bidders on the same day.

3. According to the contract the firm has to supply the approved items to the hospital as and when required till the expiry of contract.

4. The bidders will deposit 5% as security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

5. Only the manufacturers or authorize dealers can give rates for the tender of medical gases.

6. The payment of bills will be on monthly basis. However, if there is a technical reason the payment can be released after fifteen days.

7. The rates for filling medical gas cylinder should be given with/without transport. The rates should be given for 240 cft gas cylinders. The contract will be applicable after approval of the contract. The contractor will himself provide oxygen gas for dura tank.

8. The firm will give a price reason ability certificate mentioning herein that its rate is reasonable and are not more than the rates which were supplied to other Institutions, otherwise the firm will be bound for return of the provided items.

9. The firm will be bound that if during contract its plant got out of order, the firm will provide oxygen cylinders from open market, otherwise the hospital will herself refill the cylinders from the open market and the firm is bound to pay its expenses.

10. In case, if during the financial year the hospital installs its own VIE tank, a separate rate for only liquid oxygen should be given.

11. Only those firms will take part in the tender who can provide demanded items from the present stock. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

12. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The rates should type written or clear and legible. In case of cutting, signature be must.

15. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

16. The blacklisted firms are not allowed to participate in the tender.

Page 148: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

17. The firms will have to supply the sanctioned items as and when required during the period of contract for which a separate supply order will be given.

18. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

19. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

20. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 149: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate contract

for

Photostat Services

Page 150: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE NO________________________NSSSH DATE_____________________

Tender for Photostat Services for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (31.05.2017 11:00 AM)

Date and time of opening of tender (31.05.2017 11:30 AM)

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (31.05.2017

11:00 AM) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders 06.06.2016 till 11am positively. The bids received till the stipulated date and

time shall be opened on the same day at 12:00pm in the presence of the bidders or their

authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional.

(6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed

from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 151: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

xxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

xxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

xxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

xxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

xxvii. 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.

xxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

xxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

xxx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include: -

y. Instructions to bidders

z. Schedule of Requirements

aa. Technical Specifications

bb. Contract Form

cc. Manufacture s Authorization form

dd. Proprietary Certificate in case of sole manufactured /imported items.

ee. Bid Form

ff. Price Schedule

gg. Manufacturing License

hh. Price Reasonability Certificate

ii. Certificate on Stamp Paper of worth Rs.100/-

jj. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 152: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

i) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

j) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

k) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

l) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall completes the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity, and prices.

8. BID PRICES:

xiii. The bidder shall indicate on the appropriate Price Schedule the Unit Price; it proposes to supply

under the Contract.

xiv. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

xv. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

xvi. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xvii. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xviii. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

s) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

t) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital

satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined

under instruction to the bidders

u) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital

satisfaction:

v) 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.

Page 153: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

w) 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.

x) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

y) 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.

z) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

aa) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the

items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if

the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidders shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical

Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital 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.

C) Bidders who-

(e) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(f) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

e. Be addressed to the Medical Superintendent NSSSHL and;

f. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 154: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11.30pm on 31-05-2017 in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such

other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be

rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

ii. any minor nformality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder

.

iii. if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal/bid shall be on the basis of previous performances, previous test

reports , previous experience , financial soundness and such other details as the authority, at its discretion, may

considered appropriate, shall be considered. however, the evaluation of the financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA:-

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

experience, financial soundness and such other details as the authority, at its discretion many consider appropriate

shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall

be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified

in the Evaluation report.

Page 155: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA OF TECHNICAL PROPOSAL OF TENDER FOR PHOTOSTAT SERVICES

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited, then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service a) Number of staff =10

I. At least five staff members =05 II. One additional number for every additional technical

member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

Total Marks

100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in

writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for

opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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

Page 156: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read

aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it

would be finding, at any time, that the information submitted by him concerning his qualification was false

and materially inaccurate or incomplete.

25. REJECTION OF BIDS: The Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT:- The results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

7. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

8. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A- The bidder is required to provide two (02) samples (commercial

packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous

year’s consumption however, supply order will be issued in favor of the graded firms on monthly basis with

revised quantity of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

iv. The inspection committee shall inspect the quantity and specifications of the items supplied.

v. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

vi. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the

Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the

hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion

extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be

granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the

application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified

in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General

Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority

may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by

Page 157: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item the

payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements: -

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any

extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier

, in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

g) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

h) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

i) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

vii. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

viii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

ix. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late

delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab

Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 158: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 159: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on _________________________ for the supply of

Stationary items for NSSSH as advertised in the tender notice as well as those contained in the bid

Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/

conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be

the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to

accept the recovery of liquidated damages on belated supplies and shall have no objection on risk

purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of

any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to

do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to

non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 160: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE: ________ NO.__________

TO, The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 161: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government

of Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

M. Price schedule submitted by the bidder,

N. Technical specification;

O. General conditions of contract;

P. Special conditions of contract; and

Q. Procuring Agency s Award of contract; and

R. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time and

in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 162: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Page 163: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR PHOTOSTAT SERVICES

Due date: - 31.05.2017

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Incom tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

Page 164: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR PHOTOSTAT SERVICES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2018. 2. The tender will be opened in the presence of tender representatives/bidders on

31.05.2017 at 11:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 5% as security/deposit at call in the name of Medical

Superintendent NSSSHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The certified copy of CNIC will be attached along with tender documents while giving rates.

5. The contract will be cancelled in case of overcharging above the prescribed rates or complaints.

6. The contactor will himself arrange cabin/shed which will be good looking and reasonable.

7. The electricity bill will be charged on the consumed units as per commercial rates which will be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.

8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.

9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.

10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.

11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

12. The Photostat machine will be installed on the prescribed place and nothing anywhere.

13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his

bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

Page 165: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 166: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

QUOTED RATES FOR TENDER OF PHOTOSTAT SERVICES

Name of bidder __________________________________ CNIC No. __________________________________ Monthly Rent ___________________________________ Date ____________________________________

PHOTOCOPY RATES FOR SECURED WORKERS

CNIC/Social Security Card _____________________________

Ordinary size _____________________________

Big size _____________________________

PHOTOCOPY RATES FOR HOSPITAL/ADMINISTRATION

A4 size _____________________________

Legal size _____________________________

Single side _____________________________

Double side _____________________________

CNIC/Service card _____________________________

Page 167: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate Contract

for

Hospital Biomedical Waste Disposal Service

Page 168: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

TENDER FOR LIFTING OF BIO MEDICAL WASTE (2017-18) INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 03.06.2017 11:00 am )

Date and time of opening of tender ( 03.06.2017 11:30 am)

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (03.06.2017)

only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 03.06.2017 till 11am positively. The bids received till the stipulated date

and time shall be opened on the same day at 11:30pm in the presence of the bidders or their

authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional.

(6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed

from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 169: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xxxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

xxxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

xxxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xxxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

xxxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

xxxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

xxxvii. 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.

xxxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

xxxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

xl. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include:-

kk. Instructions to bidders

ll. Schedule of Requirements

mm. Technical Specifications

nn. Contract Form

oo. Manufacture s Authorization form

pp. Proprietary Certificate in case of sole manufactured /imported items.

qq. Bid Form

rr. Price Schedule

ss. Manufacturing License

tt. Price Reasonability Certificate

uu. Certificate on Stamp Paper of worth Rs.100/-

vv. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 170: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

m) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

n) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

o) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

p) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity , and prices.

8. BID PRICES:

xix. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply

under the Contract.

xx. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

xxi. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

xxii. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xxiii. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xxiv. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

bb) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

cc) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital

satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined

under instruction to the bidders

dd) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital

satisfaction:

ee) 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.

Page 171: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

ff) 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.

gg) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

hh) 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.

ii) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

jj) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all

the items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered

if the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical

Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital 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.

C) Bidders who-

(g) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(h) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

g. Be addressed to the Medical Superintendent NSSSHL and;

h. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 172: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11.30 am on 03-06-2017, in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such

other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall

be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION; - All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy

between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price

shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the Errors, its

bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the

amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder

.

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test

reports, previous experience, financial soundness and such other details as the authority, at its discretion, may

considered appropriate, shall be considered, however the evaluation of the financial proposal shall be on the basis

of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA: -

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

previous experience, financial soundness and such other details as the authority, at its discretion many consider

appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/

criteria shall be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall

be specified in the Evaluation report.

Page 173: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF BIO MEDICAL WASTE

Sr. No.

Assessment Parameters Marks

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 06 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Product Certification

Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05

For local products ISO = 05 ISO14000 = 03

10

4. Establishment of company/firm with reference to the service.

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service Shall be envisaged by following criteria: -

No. of references/certificates provided regarding performance of the service from head of the concerned institute/hospital. References/certificates of the service shall be verified by the department independently.

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Availability of incinerator & technical staff of the company/firm in reference to the service i. Availability of incinerator= 15 ii. Availability of Technical Staff =5

20

7. Provision of pick & drop service to collect the bio medical waste from the hospital.

10

TOTAL MARKS 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

Page 174: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in

writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for

opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 opened and the quoted price read aloud and

recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if

it would be finding, at any time, that the information submitted by him concerning his qualification was false and

materially inaccurate or incomplete.

25. REJECTION OF BIDS: The Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT: - The results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27- ACCEPTANCE OF BID AND AWARD CRITERIA: -

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

10. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

11. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

12. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial

packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on

previous year’s consumption however, supply order will be issued in favor of the graded firms on monthly

basis with revised quantity of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

vii. The inspection committee shall inspect the quantity and specifications of the items supplied.

viii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

ix. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts

under this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier

in accordance with the prescribed time schedule. If at any time during performance of the Contract, the

Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the

hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion

Page 175: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be

granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the

application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified

in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General

Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority

may consider termination of the Contract. In case of supply of substandard product, the destruction cost will be borne by

the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item, the

payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements: -

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier

fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension

thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the

judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the

Contract.

j) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

k) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

l) The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

x. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xi. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost

of late delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES: -

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be

final.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be

governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 176: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 177: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms

and conditions of your tender enquiry due for opening on _________________________ for the supply

of Stationary items for NSSSH as advertised in the tender notice as well as those contained in the bid

Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/

conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would

be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to

accept the recovery of liquidated damages on belated supplies and shall have no objection on risk

purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price

charged from any other Government/Autonomous in institution in the financial year

2017-2018 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged

in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises

due to non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 178: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE:________ NO.__________ TO, The Medical Superintendent, N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents.

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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 179: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 20___, between the Government

of Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

S. Price schedule submitted by the bidder,

T. Technical specification;

U. General conditions of contract;

V. Special conditions of contract; and

W. Procuring Agency s Award of contract; and

X. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time

and in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 180: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2 ________________________

Page 181: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL BIO MEDICAL WASTE

(65% passing marks)

Sr. No.

Assessment Parameters Marks

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 06 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Product Certification

Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05

For local products ISO = 05 ISO14000 = 03

10

4. Establishment of company/firm with reference to the service.

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service Shall be envisaged by following criteria: -

No. of references/certificates provided regarding performance of the service from head of the concerned institute/hospital. References/certificates of the service shall be verified by the department independently.

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Availability of incinerator & technical staff of the company/firm in reference to the service iii. Availability of incinerator= 15 iv. Availability of Technical Staff =5

20

7. Provision of pick & drop service to collect the bio medical waste from the hospital.

10

TOTAL MARKS 100

Page 182: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Passing Marks____

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER OF LIFTING OF BIO MEDICAL WASTE

Sr. No.

Assessment Parameters Marks

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Product Certification

Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05

For local products ISO = 05 ISO14000 = 03

10

4. Establishment of company/firm with reference to the service.

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service Shall be envisaged by following criteria: -

No. of references/certificates provided regarding performance of the service from head of the concerned institute/hospital. References/certificates of the service shall be verified by the department independently.

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Availability of incinerator & technical staff of the company/firm in reference to the service v. Availability of incinerator= 15 vi. Availability of Technical Staff =5

20

7. Provision of pick & drop service to collect the bio medical waste from the hospital.

10

8. Undertaking on judicial paper that firm is not blacklisted. 10

TOTAL Marks= 100

Name of the Bidder _______________________________ CNIC No. _______________________________________ Signature & Stamp_________________________________

Page 183: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR LIFTING OF BIO MEDICAL WASTE

Due date 03.06.2017

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Incom tax/Sales Tax Reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder: __________________

Date: __________________ Stamp: __________________

Page 184: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR LIFTING OF BIO MEDICAL WASTE

TERMS AND CONDITIONS

i. The tenders will be opened in the presence of tender representatives / bidders on 03.06.2017 at 11:30 p.m after receiving from the bidders on the same date.

ii. The bidders will deposit 5% as security / deposit at call which will be released after successful completion of the tender agreement.

iii. The period of the tender agreement will be for the financial year, 2017-18. iv. Rates should be per month inclusive of income taxes otherwise exemption/

clarification should be provided. Any other charges shall be mentioned separately.

v. The schedule of lifting of Bio Medical Waste shall be provided separately. vi. The institution reserves the right of the inspection of the place where Bio

Medical Waste is disposed off. vii. The M/s for lifting of Bio Medical Waste shall not refuse in case of non-

payment due to budget constraints. viii. The firm shall arrange the training program for paramedical staff of the

hospital particularly the Bio Medical Waste handlers (sanitary workers). ix. The firm shall keep a proper record of collection of Bio Medical Waste and

will oblige to provide the same whenever the hospital asks for it. x. All the payments will be made through cross cheques. xi. In the event that any of the two parties (one is the institution, other the

winner of the tender) are unwilling to continue the agreement of lifting of Bio Medical Waste, one-month prior notice shall be served on the other party in writing.

xii. The income tax shall be deducted according to the government prescribed rates.

xiii. All the purchase process will be according to PPRA Rules-2014 single stage two envelopes system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 185: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate Contract

for

Hospital Bedding

and

Linen Items

Page 186: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF BEDDING AND LINEN TENDER ITEMS

FOR THE FINANCIAL YEAR, 2017-18

S.

No.

Name of items Specification

Rate Offered

1. Bed Sheet

108” * 66” 36x36 20/2x10/s mentioning the name of hospital woven in colored boarder and minimum weight

2. Patients kit cotton lining Mention rate per kit

3. Operation gown 48x96, 12x12 white cotton zein

4. Cotton zein colored 48x96, 12x12 width 56” mention per meter rate

5. Green cotton Dosuti width 36’’ mention rate per meter

6. Hand towel white pure cotton absorbent size 18x36

7. Operation towel /Turkish towel

Mention rate per meter

8. Kora Latha Width 54” mention rate per meter.

9. Fine cotton for doctors kit

Width 54” mention rate per meter.

10. Pillow foam single piece Branded foam standard size, mention minimum

weight

11. Blanket red /camel color with piping.

60x90 weight 2kg/2200gm.

12.

Malmal White Mention rate per meter

13.

White K.T width 36” mention rate per meter

14.

Colored K.T width56” mention rate per meter

15.

Fine latha width 56” mention rate per meter

16

.

Doctor Coat fine quality (Only the sample of cloth will be approved

design and size will be provided at the time of

purchase)

NAME OF BIDDER ______________________________________

SIGNATURE AND STAMP OF THE BIDDER ____________________

Page 187: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Bedding & Linen for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 05.06.2017 11:00 am )

Date and time of opening of tender ( 05.06.2017 11:30 am )

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (05.06.2017)

only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 05.06.2017 till 11am positively. The bids received till the stipulated date

and time shall be opened on the same day at 11:30pm in the presence of the bidders or their

authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4) The offer is ambiguous. (5) The offer is conditional. (6)

The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed from

the approved list. (8) The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 188: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE:

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xli. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

xlii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

xliii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xliv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

xlv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

xlvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

xlvii. 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.

xlviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

xlix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

l. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include: -

ww. Instructions to bidders

xx. Schedule of Requirements

yy. Technical Specifications

zz. Contract Form

aaa. Manufacture s Authorization form

bbb. Proprietary Certificate in case of sole manufactured /imported items.

ccc. Bid Form

ddd. Price Schedule

eee. Manufacturing License

fff. Price Reasonability Certificate

ggg. Certificate on Stamp Paper of worth Rs.100/-

hhh. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 189: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

q) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

r) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

s) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

t) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity, and prices.

8. BID PRICES:

xxv. The bidder shall indicate on the appropriate Price Schedule the Unit Price; it proposes to supply

under the Contract.

xxvi. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

xxvii. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

xxviii. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xxix. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xxx. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

kk) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

ll) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital

satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined

under instruction to the bidders

mm) The documentary evidence (to be submitted along with technical proposal) of the

bidder’s qualification to perform the Contrast if bid is accepted shall establish to the

hospital satisfaction:

nn) 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.

Page 190: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

oo) 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.

pp) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

qq) 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.

rr) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

ss) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the

items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if

the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidders shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical

Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital 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.

C) Bidders who-

(i) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(j) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

i. Be addressed to the Medical Superintendent NSSSHL and;

j. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 191: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS: -

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11.30 am on, 05/6/2017 in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other

details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be

rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.

iii if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity.

22. EVALUATION & COMPARISON OF BIDS: -

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test

reports, previous experience, financial soundness and such other details as the authority ,at its discretion , may

considered appropriate ,shall be considered. however, the evaluation of the financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA:-

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

previous experience, financial soundness and such other details as the authority, at its discretion many consider

appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/

criteria shall be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall

be specified in the Evaluation report.

Page 192: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF BEDDING AND LINEN ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. *

?

Brand, Make and Model of the products c) Local Product with

i. International Market =20 ii. Only local Market =10

d) Foreign product i. In two or more continents =20 ii. In single continent =10

20

5. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item ____________________________________

Signature & Stamp________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in

Page 193: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for

opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 opened and the quoted price read

aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it

would be finding, at any time, that the information submitted by him concerning his qualification was false

and materially inaccurate or incomplete.

25. REJECTION OF BIDS: The Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT: - The results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27- ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

13. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

14. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

15. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: -

A- The bidder is required to provide two (02) samples (commercial packs, free of cost) for evaluation, failing

which the offer shall not be considered.

B - ADVERTISED QUANTITY:

The quantities advertised against each item is tentative based on previous year’s consumption however,

supply order will be issued in favor of the graded firms on monthly basis with revised quantity of medicines

in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

x. The inspection committee shall inspect the quantity and specifications of the items supplied.

xi. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

xii. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by the supplier.

31. SUBCONTRACTS: -

The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: -

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

schedule. If at any time during performance of the Contract, the Supplier should encounter conditions

impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its

likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

Page 194: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical

Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to

the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated

damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as

specified in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject

to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the

Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be

borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item

the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be

paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of

default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all

installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring

Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

m) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

n) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

o) The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for

verification and onward submission to quarter concerned, duly completed in all respect for payment.

xiii. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xiv. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xv. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost

of late delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be

governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZSHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 195: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 196: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the

terms and conditions of your tender enquiry due for opening on

_________________________ for the supply of Stationary items for NSSSH as advertised in

the tender notice as well as those contained in the bid Performa and the Punjab procurement

Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which

would be the essence of the contract and will be binding on us. In case of failure, we agree

unconditionally to accept the recovery of liquidated damages on belated supplies and shall

have no objection on risk purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price

charged from any other Government/Autonomous in institution in the financial

year 2016-2017 and in case of any discrepancy, the supplier hereby undertakes to refund the

price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises

due to non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 197: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE: _______ NO.__________ TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

Page 198: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab

Employees Social Security Institution PESSI (hereinafter referred to as the” Procuring

Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

Y. Price schedule submitted by the bidder,

Z. Technical specification;

AA. General conditions of contract;

BB. Special conditions of contract; and

CC. Procuring Agency s Award of contract; and

DD. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time and

in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 199: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Page 200: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

APPROXIMATE DEMAND FOR BEDDING & LINEN ITEMS FOR THE FINANCIAL YEAR 2017-18

Sr.No. Name of Item Approximate Demand 2017-18

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Page 201: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

LIST OF BEDDING AND LINEN ITEMS FOR THE FINANCIAL YEAR, 2017-18

SR. # NAME OF ITEMS SPECIFICATIONS ESTIMATED BUDGET

2017-18 RS. 700,000

1. BED SHEET

108” * 66” 36x36 20/2x10/s mentioning

the name of hospital woven in colored

boarder and minimum weight

600

2. PATIENTS KIT

COTTON LINING

Mention rate per kit

0

3. OPERATION GOWN 48x96, 12x12 white cotton zein 300

4. COTTON ZEIN

COLORED

48x96, 12x12 width 56” mention per meter

rate

0

5. GREEN COTTON

DOSUTI width 36’’ mention rate per meter

1900

6. HAND TOWEL white pure cotton absorbent size 18x36 200

7. OPERATION TOWEL

/TURKISH TOWEL Mention rate per meter

0

8. KORA LATHA Width 54” mention rate per meter. 0

9. FINE COTTON FOR

DOCTORS KIT

Width 54” mention rate per meter.

200

10. PILLOW FOAM

SINGLE PIECE

Branded foam standard size, mention

minimum weight

200

11. BLANKET RED

/CAMEL COLOR

WITH PIPING.

60x90 weight 2kg/2200gm.

190

12. MALMAL WHITE Mention rate per meter 0

13. WHITE K.T width 36” mention rate per meter 0

14. COLORED K.T width56” mention rate per meter 0

15. FINE LATHA width 56” mention rate per meter 486

16. DOCTOR COAT FINE

QUALITY

(Only the sample of cloth will be approved

design and size will be provided at the time

of purchase)

0

Page 202: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Cost Rs.1000/- Due date: - 05.06.2017 (Non-refundable)

TENDER OF BEDDING AND LINEN ITEMS

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax Reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder: __________________

Date: __________________ Stamp: __________________

Page 203: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE TENDER OF BEDDING & LINEN ITEMS

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2018. 2. The tender will be opened in the presence of tender representatives/bidders

on 05-06-2017 at 11:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 5% as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must. 9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the period of

contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting before

the opening of financial bid, otherwise the next tender bidder will have preferred and the CDR of the firm will forfeited who will not provide the rates.

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 204: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Service Contract

for

Security Guards

Page 205: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Security Guards/Chowkidars for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (05.06.2017 11:00 AM)

Date and time of opening of tender (05.06.2017 11:30 AM)

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (05.06.2017

10:30 AM) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 05.06.2017 till 11:00am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional.

(6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed

from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 206: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

li. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

lii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

liii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

liv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

lv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

lvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

lvii. 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.

lviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

lix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

lx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include:-

iii. Instructions to bidders

jjj. Schedule of Requirements

kkk. Technical Specifications

lll. Contract Form

mmm. Manufacture s Authorization form

nnn. Proprietary Certificate in case of sole manufactured /imported items.

ooo. Bid Form

ppp. Price Schedule

qqq. Manufacturing License

rrr. Price Reasonability Certificate

sss. Certificate on Stamp Paper of worth Rs.100/-

ttt. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 207: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

u) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

v) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

w) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

x) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity, and prices.

8. BID PRICES:

xxxi. The bidder shall indicate on the appropriate Price Schedule the Unit Price; it proposes to supply

under the Contract.

xxxii. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

xxxiii. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

xxxiv. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xxxv. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xxxvi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

tt) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

uu) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital

satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined

under instruction to the bidders

vv) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital

satisfaction:

ww) 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.

Page 208: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

xx) 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.

yy) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

zz) 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.

aaa) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

bbb) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the

items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if

the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids security will remained valid for the period of one year of successful bidder.

B) The Hospital 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.

C) Bidders who-

(k) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(l) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

k. Be addressed to the Medical Superintendent NSSSHL and;

l. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 209: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as

extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11:30am on 05-06-2017 in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such

other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be

rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the

bidder. However, at the opening of Financial proposal (the date, time and venue would be announced later on),

the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii. if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test

reports , previous experience, financial soundness and such other details as the authority ,at its discretion, may

considered appropriate, shall be considered. however, the evaluation of the financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA:-

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

experience, financial soundness and such other details as the authority, at its discretion many consider appropriate

shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall

be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified

in the Evaluation report.

Page 210: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR SECURITY GUARDS

SR.

#

ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service b) Number of staff =10

I. At least five staff members =05 II. One additional number for every

additional technical member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

proposals shall be returned unopened after completing the selection process. It shell be simultaneously

notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location

for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

Page 211: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

iv. 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 opened and the quoted price read

aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it

would be finding, at any time, that the information submitted by him concerning his qualification was false

and materially inaccurate or incomplete.

25. REJECTION OF BIDS: The Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT:- The results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

16. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

17. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

18. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial

packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous

year’s consumption however, supply order will be issued in favor of the graded firms on monthly basis with

revised quantity of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

xiii. The inspection committee shall inspect the quantity and specifications of the items supplied.

xiv. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

xv. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the

Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the

hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion

extend the Supplier’s time for performance, with or without liquidated damages, in which case the xtension shall be

granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the

application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified

in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General

Page 212: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority

may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by

the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item the

payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements: -

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any

extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier

, in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

p) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

q) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

r) The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

xvi. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xvii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xviii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late

delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab

Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 213: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 214: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on 05.06.2017 for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be

the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to

accept the recovery of liquidated damages on belated supplies and shall have no objection on risk

purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of

any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to

do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to

non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 215: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE: ________ NO.__________

TO, The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 216: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government

of Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

EE. Price schedule submitted by the bidder,

FF. Technical specification;

GG. General conditions of contract;

HH. Special conditions of contract; and

II. Procuring Agency s Award of contract; and

JJ. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time and

in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 217: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

LIST OF SECURITY GUARDS EXPENSES

Sr.No. No. of Security Guards Estimated Cost

1. 04 x17400/-=69600 x12 835200/-

Page 218: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR SECURITY GUARDS/CHOWKIDARS

Due date: - 05.06.2017

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

Page 219: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR SECURITY GUARDS / CHOWKIDARS

TERMS & CONDITIONS

1. The tender will be opened in the presence of tender representatives/ bidders on 05.06.2017 at 11:30 AM after receiving from the bidders on the same day.

2. The bidders will deposit 5% as security/deposit at call which will be released after successful completion of the tender agreement.

3. The period of the tender agreement will be for financial year 2017-18 and shall be extendable further, subject to provision of satisfactory services.

4. The winner registered private security agencies shall not engage any other agency for provision of security services during agreement period. All taxes levied by the Government shall be deducted from the monthly payment to be made to the firm.

5. The bidders shall provide four Security Guards to the hospital on quotation basis. 6. The duty hours for each security guard will be twelve hours and their deployment

and supervision shall be carried out by the hospital authorities. 7. The registered private security agencies shall be responsible for ensuring that the

security guards are properly briefed about duties and they possess company ID card, authority letter for carrying weapon, weapon license, weapon, whistle and torch.

8. Substitute for guards in case of leave, shall be provided by the firm and guards will not perform duty for more than 12 hours.

9. After acceptance of security guards any other specific facility would be subject to payment of additional charges by the hospital.

10. Ex army personnel/trained guards will be preferred and registered private security agencies will provide the addresses, photocopies of NIC and pension book of security guards within 15 days of agreement.

11. Replacement of the accepted weapon with expensive weapons will entail revision of charges accordingly.

12. Payment will be made on monthly basis; no advance payment will be made. 13. The security guards will perform duties under the supervision of authorized

officer of this hospital. 14. Bills will be submitted on monthly basis after 25th of each month and shall be

payable by the 5th of the following month. 15. Deduction/penalties imposed by the hospital administration for misconduct or

unsatisfactory performance of security guards shall be born by the firm. The amount of penalties shall be deducted from the monthly bill. The penalty imposed shall not exceed half of the professional profit other than theft.

16. Registered private security agencies will be completely responsible for any loss to the moveable/immovable property of the area where guards are deployed.

17. The registered private security agencies shall be responsible for the personal conduct of the security guards. If any guard is found involved in any illegal, immoral or criminal activity, concerned person and firm will be held responsible and will be liable to administrative and legal action which may lead to termination of agreement and forfeiture of security.

18. The registered private security agencies will ensure that all the weapon of guards are in good firing condition and all the weapons are fired and tested at least once every two months.

Page 220: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

19. The registered private security agencies shall in case of any theft, pay the amount to the extent of responsibility fixed into by the hospital administration.

20. The registered private security agencies shall ensure that security guards have courteous, helpful attitude towards hospital staff/patients and their attendants.

21. The registered private security agencies shall replace all undisciplined and unwanted security guards immediately without any additional charges.

22. The registered private security agencies will submit medical fitness certificates of all the security guards within 15 days which will be verified by a doctor of NSSSH, Multan Road Lahore.

23. The security guards will:

Not allow trespassing.

Not allow any unauthorized person to enter the premises.

Not let any body take out any store without proper authorization.

Protect the residences and residents.

24. The registered private security agencies shall be responsible for payment of all taxes required to be paid by it under Pakistan law and for any necessary with holding tax from the salaries of its employees.

25. All questions, disputes, controversies or claim arising directly or indirectly out of or consequent to this agreement shall be settled by mutual negations should such negotiations fail, the matter shall be referred to arbitration between arbitrators one to be appointed by firm and hospital, in accordance with and subject to the Pakistan Arbitration Act 1940 or any statuary modification or re-enactment thereof. The venue of the arbitration shall be Lahore.

26. The registered private security agencies shall be responsible for payment of wages/salaries to security guards. Firm shall keep the hospital fully indemnified against by any losses due to operation of the standing order-20 of West Pakistan Industrial and Commercial Ordinance (Standing Order Ordinance 1968).

27. It is clearly understood that this agreement is contract work services and not of services and neither firm nor security guards shall be in the employment of hospital nor have any such relationship.

28. The registered private security agencies shall themselves employ security guards to discharge their contractual obligations under the agreement. The hospital authority shall have neither private contract whatsoever nor any relationship with the person engaged by the firm.

29. In case while on duty security guards suffers accident/injury/death, NSSSH, Multan Road Lahore is totally absolved of all responsibilities.

30. The Medical Superintendents NSSSH, Multan Road Lahore reserves the right to cancel the contract at any stage without assigning any reason on one-month notice or in extra ordinary circumstances without any prior notice.

31. Any dispute or difference between the registered private security agencies and NSSSH, Multan Road Lahore shall be mutually settled between the concerned Deputy Medical Superintendent of this hospital and the representative of firm. However, in case of any controversy the Medical Superintendent NSSSH, Multan Road Lahore shall be the final authority whose decision shall be deemed to be final and not challengeable at any other forum.

32. The agreement can be terminated in case of breach of above terms & conditions and unsatisfactory services by giving an advance notice of one month.

33. In case prior notice of months is not given, hospital will be bound to make the payment for one month “security charges and upon the termination of this

Page 221: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

agreement firm shall be permitted to remove all its devices and equipment which may have been placed at hospital premises from time to time.

34. All purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 222: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

General Order Supplier Contract

for Miscellaneous Hospital Items

(Electric, Sanitary, Carpenter, Welder, A.C Technician Items,

Painter Items, Utility Items, Washing Material for Laundry)

Page 223: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE NO________________________NSSSH DATE_____________________

Tender for General order supplier contract for miscellaneous hospital items for the Financial Year 2017-

2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (06.06.2017 11:00 AM )

Date and time of opening of tender (06.06.2017 11:30 AM )

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders

from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals

from the well reputed firms for the supply of Refilling of Medical Gases on free delivery on

FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (One Thousand only). Bidding documents shall be issued up to (06.06.2017

10:30 AM) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 06.06.2017 till 11:00am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its

receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional.

(6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or removed

from the approved list. (8) The offer received with shorter validity than required in the tender

inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 224: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors

/ Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.

The importer / sole agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

lxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall

contain separately the Financial Proposal and the Technical Proposal.

lxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion.

lxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

lxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

lxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any

proposal which do not conform to the specified requirements.

lxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.

lxvii. 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.

lxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

lxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to

the respective bidders.

lxx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include:-

uuu. Instructions to bidders

vvv. Schedule of Requirements

www. Technical Specifications

xxx. Contract Form

yyy. Manufacture s Authorization form

zzz. Proprietary Certificate in case of sole manufactured /imported items.

aaaa. Bid Form

bbbb. Price Schedule

cccc. Manufacturing License

dddd. Price Reasonability Certificate

eeee. Certificate on Stamp Paper of worth Rs.100/-

ffff. General and Special conditions regarding purchase and procurement as given in the Punjab

Procurement Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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 225: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification

of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any

request for clarification of the bidding documents, which it receives no later than ten (10) days prior to

the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of

bids, the hospital, for any reason, whether at its own initiative of in response to a clarification requested

by a prospective bidder may modify the bidding documents by amendment. All prospective bidders that

have received the bidding documents shall be notified of the amendment in writing of by phone, and

shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

y) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be

submitted along with financial proposal)

z) Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

aa) Documentary evidence established in accordance with instruction to bidders that the goods to

be supplied by the bidder are eligible goods and conform to the bidding documents; and

bb) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price

Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of

the goods, their strength, packing quantity , and prices.

8. BID PRICES:

xxxvii. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply

under the Contract.

xxxviii. Form of price Schedule is to be filled in very carefully, preferably typed. Any

alteration/correction must be initialed. Every page is to be signed and stamped at the bottom.

Total number of the pages of bid must be mentioned. Serial number of the quoted item may be

marked with red/yellow marker.

xxxix. The bidder should quote the prices of goods according to the strength/technical specifications

as provided in the Form of price Schedule and Technical Specifications. The specifications of

goods, different from the demand of bid enquiry, shall straightway be rejected.

xl. The bidder is required to offer competitive price. All prices must include the General Sales Tax

(GST) and other taxes and duties, where applicable. If there is no mention of taxes, the

offered/quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit

of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.

xli. Prices offered should be for the whole financial Year. Conditional offer shall be considered as

non-responsive bidder.

xlii. While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

ccc) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

ddd) The documentary evidence of the bidder’s eligibility to bid shall establish to the

Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as

defined under instruction to the bidders

eee) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital

satisfaction:

fff) 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.

Page 226: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

ggg) 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.

hhh) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- 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.

iii) 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.

jjj) The bidder is required to provide with the Technical Proposal, the name of item(s) along

with serial number for which they have quoted their rates in the Financial Proposals.

kkk) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the

Contract.

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the

items quoted as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if

the samples will not be provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the

hospital and will be returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

(2) In the case of a successful bidder, if the bidder fails:

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical

Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital 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.

C) Bidders who-

(m) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

(n) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids

without forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid

confusion. The inner and outer envelopes shall:

m. Be addressed to the Medical Superintendent NSSSHL and;

n. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

Page 227: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and

received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical

Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the

bidding documents in accordance with instruction to bidders, in which case all rights and obligations of

the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as

extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected

and returned unopened to the bidder.

18. 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 withdraw in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest

Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at 11.30am on 06-06-2017 in the Conference Room

NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such

other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall

be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.

However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid

prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If

considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder

.

iii. if a bid is not substantially responsive, it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances, previous test

reports , previous experience, financial soundness and such other details as the authority, at its discretion, may

considered appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. EVALUATION CRITERIA:-

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

experience, financial soundness and such other details as the authority, at its discretion many consider appropriate

shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria shall

be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified

in the Evaluation report.

Page 228: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR.

#

ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service c) Number of staff =10

I. At least five staff members =05 II. One additional number for every additional technical

member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did

not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their financial

proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified

in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for

opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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

Page 229: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and

recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it

would be finding, at any time, that the information submitted by him concerning his qualification was false

and materially inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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 hospital incurs no liability, solely 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.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared

prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or

bids at least, ten, days prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy

of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended

period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be extendable

for period of another three months.

19. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/

Expired. Moreover it will replace the unconsumed expired stores without any further charges.

20. If the firms provide Sub-standard items and fail to provide the item the payment of Risk

Purchase, the price difference shall be paid by the firm.

21. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

Burning, Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial

packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous

year’s consumption however, supply order will be issued in favor of the graded firms on monthly basis

with revised quantity of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

xvi. The inspection committee shall inspect the quantity and specifications of the items supplied.

xvii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired

stores without any further charges.

xviii. If the Goods supplied are found during physical examination / inspection to be against the required

specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the

supplier shall either replace the rejected goods or arrange alterations necessary for rectification of

observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies

must be completed within 10 days from the date of communication of decision to the manufacturer

/Supplier by the Hospital. In case after replacement or alteration, the inspection committee again declare

the item as of against the required specifications, the supply would completely be rejected and the

proportionate amount of security of the concerned installment would be forfeited and the firm shall be

blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against

the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and

paid for by the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under

this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the

Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the

hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its

discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the

extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery

obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time

is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified

in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General

Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority

may consider termination of the Contract. In case of supply of substandard product, the destruction cost will be borne by

Page 230: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item, the

payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and

with prescribed penalty, as per following schedule of requirements: -

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for

breach of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any

extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier

, in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract.

s) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

t) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit

the security of the contractor and may award the contract to the second lowest.

u) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape

of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security

Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No

personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered

or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery

of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect

for payment.

xix. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xx. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No,

Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xxi. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost

(without GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late

delivered supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab

Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Page 231: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 232: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on 06.06.2016 for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be

the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to

accept the recovery of liquidated damages on belated supplies and shall have no objection on risk

purchase made by hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of

any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to

do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to

non-consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 233: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE: ________ NO.__________

TO, The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 234: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab

Employees Social Security Institution PESSI (hereinafter referred to as the” Procuring

Agency”) 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 procuring Agency invited bids for procurement of goods, in pursuance

where of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and

ancillary services offered to supply the required item(s); and whereas the procuring Agency

has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively

assigned to them in the General /special contraction of this contract hereinafter referred to

as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral

part of this contract, viz:-

KK. Price schedule submitted by the bidder,

LL. Technical specification;

MM. General conditions of contract;

NN. Special conditions of contract; and

OO. Procuring Agency s Award of contract; and

PP. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants

with the procuring Agency to provide the goods and services and to remedy defects therein

in conformity in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the

provision of the goods and services and the remedying of defects therein, the contract price

or such other sum as may become payable under the provisions of this contract at time

and in the manner prescribed by this contract.

5. [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.

6. In case of any dispute concerning the interpretation and /or application of this contract

shall be settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase

from market, the price difference shall be by the firm.

Page 235: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

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 by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Page 236: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS

SR. NO

NAME OF ITEMS SPECIFICATION

RATE QUOTED

PER ITEM

1. Piano Switch

2. Piano Socket

3. Light plug simple 8-pins

4. Power Plug 20/40amp

5. Capacitor 3.5uf

6. Trimmer/Main Regulator

7. 2-pin shoo

8. 3-pin shoo

9. Blub 60/100w

10. Power plug box universal

11. Rowel plug 12&14 Nos.

12. Patch ½”, ¾”, ½” 2½”, 3”

13. Power plug sheet 8x6”

14. Light plug box 3x3”

15. Fan hock

16. Rowel Bolt 3 sooter

17. Cable 3/29

18. Cable 40/76

19. Cable 110/76

20. Cable AC 7/44

21. Cable 23/76

22. Bell push open type

23. Electric bell

24. Bulb holder pin type

25. Salo No.1,2,3,4,5

26. Tube rod 40/36w

27. Tube starter 40/36w

28. Tube choke 40/36w

29. Tube rod holder

30. Tube starter holder

31. Tube rod 12/18w

32. Tube starter 20/18w

33. Tube choke 20/18w

34. Pipe PVC ¾”+ ½ ”

35. Clump ¾” ½”

36. Clump No.5,6,7,8

37. Cable pin

38. Fan tikky

39. Cable RG11, RG6

40. Power plug convertor

41. Fan rubber

42. Nakkle patch 1/2 “ + ¾”

43. Contractor strip 10A, 60A

44. 1.6 uf Exhaust Fan 12”

45. 4.5 uf Exhaust Fan 24”

Page 237: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUMENT FOR WELDING

46. 6”veel complete

47. 6” without chimta

48. 5” veel kehli wali complete

49. 4” veel comlete kehli wali

50. 4” without chimta

51. Rod No.10

52. Rod No.12

53. 4” pathar

54. Cottor pin

55. Net bolt 3,4 sooter

56. Patti 2 inch wali 1½ sooter

57. Patti 1” sawa sooter

58. Cutter 4”plate

59. Veel 5” without chimta

60. Ankle per kg weight

61. Sariya Per kg

MASON ITEMS

62. Cement

63. Sand

64. Bajri

65. Bricks

66. Sariya

67. White Cement

68. 6” wali tile

69. Tile cream color 10”

70. Tile 16 by 16

71. Gutter core 26” with karah

72. Gutter core 24” with karah

73. Gutter core 20” with karah

ITEMS OF PAINT

74. White distemper drummy

75. White distemper gallon

76. Off white distemper drummy

77. Off white distemper gallon

78. Enamel paint off white gallon

79. Enamel paint off white quarter

80. Enamel paint gallon white

81. Enamel paint white quarter

82. Ragma 120 number

83. Ragma 150 number

84. Tarmeen oil gallon

85. Plastic off paris packet

CARPENTER WORKSHOP

86. Door closure star – MH

87. Internal gool lock

88. Pindal lock

89. Chutknia 6”

90. 1½ patch 8 number

91. Keel 2” 14 number topes

92. Chipka kondi 2”

93. Chipka 4”

94. Contract warma No.12

Page 238: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

95. Lohe wala warma 2 sooter wala

96. Rawal plug

97. Arl 12”

98. Keel 01 2/8 No.17

99. Steel keel 2” - 1 ½

100. Spring water

101. Hook choti aur bhari

102. Glow

103. Patch 2” – 2 ½ - 3”

104. Patch 3 ¼ - 4 No. 5/8

105. Molding gola chapti 2½ ½

106. Win board lamination

107. Double action kabzay 5”

108. Single kabzay 5”

109. Sooter wale net bolt

110. Jalli 3 foot

111. Pindal medium

112. 3 sooter waley warmay

113. 1 sooter wala warma

114. Daraaz lock

SANITARY ITEMS LIST

115. Barrel Nipple ½

116. -do- ¾

117. -do- 1

118. -do- 1¼

119. -do- 1½

120. Pipe nipple 11L.M ½ 6,3,5,8,9,10

121. Pipe ¾ 11L.M 3”, 6”, 5”, 8”, 9, 10”

122. Pipe 1” 11L.M 3”, 6”, 9”, 10”

123. Regulator ¾ & ¾ sui gas high pressure

124. Active wall (gate role) 1”

125. Sui gas main line

126. Bullet kit

127. Bullet kit commode

128. Plug ½ inch chine loha

129. -do- ¾

130. -do- 1”

131. -do- 1 1/4”

132. Water nozzle ¾

133. CP nozzle bhari 1”

134. -do- 2”

135. -do- 1 ½

136. -do- 4”

137. -do- 6”

138. Bib cock Super Asia

139. Tea cock Super Asia

140. Side piller cock Super Asia

141. Mixer Super Asia

142. Prandial

143. Hood

144. Mixed Connection pipe

145. Bip Cock daigi

Page 239: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

146. Bip Cock plastic bros sandal

147. Paish cock burner with naib

148. Paish heater with naib

149. Cooper pipe

150. Cotton washer

151. Washer coolden tanky

152. Washer bib cock

153. Washing swing tanky

154. West pipe jambood

155. Saffin golden

156. Saffin IFO bottle makhi

157. Ball cock golden

158. Ball cock IFO universal

159. Weight compulsion single

160. Weight compulsion wash bassoon

161. Sink 18*48, 20*60

162. Wash basin with

163. CP net (cooper or Bros)

164. Heater plate with chemical

165. Jet burner

166. Bullet ary dell and single

167. Elbow action master

168. Jain doori 3-sooter

169. Tyflon England

170. Gas pipe

171. Gas nozzle ½

Page 240: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR. NO

NAME OF ITEMS SPECIFICATION RATE QUOTED

PER ITEM

( 1) ELECTRIC ITEMS 1. 2-pin shoe

2. 3-pin shoe

3. Bell push open type

4. Blub 60/100w

5. Bulb holder pin type

6. Cable 7/44

7. Cable 110/76

8. Cable 23/76

9. Cable 3/29

10. Cable 40/76

11. Cable pin

12. Cable RG11, RG6

13. Capacitor 1.6 uf Exhaust Fan 12”

14. Capacitor 3.5uf

15. Capacitor 4.5 uf Exhaust Fan 24”

16. Clump ¾” ½”

17. Clump No.5,6,7,8

18. Contractor strip 10A, 60A

19. Electric bell

20. Fan hook

21. Fan rubber

22. Fan tikky

23. Light plug box 3x3”

24. Light plug simple 8-pins

25. Nakkle patch 1/2 “ + ¾”

26. Piano Socket

27. Piano Switch

28. Pipe PVC ¾”+ ½ ”

29. Power Plug 20/40amp

30. Power plug box universal

31. Power plug convertor

32. Power plug sheet 8x6”

33. Rawal Bolt 3 sooter

34. Rawal plug 12&14 Nos.

35. Salo No.1,2,3,4,5 ?

36. Screws ½”, ¾”, ½” 2½”, 3”

37. Timer/Main Regulator

38. Tube choke 20/18w

39. Tube choke 40/36w

40. Tube rod 12/18w

41. Tube rod 40/36w

42. Tube rod holder

43. Tube starter 20/18w

44. Tube starter 40/36w

45. Tube starter holder

Page 241: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

46.

( 2) WELDER ITEMS

1. 4” pathar

2. 4” wheel with killi complete

3. 4” wheel without chumta

4. 5” wheel with killi complete

5. 5” wheel without chumta

6. 6” wheel without chumta

7. 6”wheel complete

8. Angle per kg weight

9. Cater pin

10. Cutter 4”plate

11. Nut bolt 3,4 sooter

12. Patti 1” 1.25 sooter

13. Patti 2 inch wali 1.50 sooter

14. Sarya Per kg

15. Welding Rod No.10

16. Welding Rod No.12

( 3) MASON ITEMS

1. Bajri (crush)

2. Black Cement

3. Bricks

4. Gutter cover 20” with Kara

5. Gutter cover 24” with Kara

6. Gutter cover 26” with Kara

7. Sand

8. Sarya All Sizes

9. Tile 16x16

10. Tile 6”

11. Tile cream color 10”

12. White Cement

13. Chips

14. Marble Powder

( 4) PAINTER ITEMS

1. Enamel paint gallon white

2. Enamel paint off white gallon

3. Enamel paint off white quarter

4. Enamel paint white quarter

5. Off white distemper drum my

6. Off white distemper gallon

7. Plastic off Paris packet

8. Ragmal No.120

9. Ragmal No.150

10. Turpine oil gallon

11. White distemper drum my

12. White distemper gallon

(5 ) CARPENTER ITEMS

1. Arl 8”,10”,12”

2. Chatkiny 4”

3. Chatkiny 6”

4. Chatkiny 8”

5. Concrete warma No.12

6. Door closer MH, Star

Page 242: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

7. Double action hinge 5”

8. Drawer lock

9. Glue

10. Glass 5 MM with Fitting

11. Glass 12 MM with Fitting

12. Hooks small & large

13. Hinges 6” , 5 sooter

14. Handle small, large & Medium

15. Internal lock (handle)

16. Internal lock (round)

17. Iron Net (Jali) 3 feet

18. Iron warma 2 sooter

19. Kundi chapka 2”,4”

20. Kharpaicha Flat No.1” No.8

21. Lar / Chapti1” x2.5”

22. Molding goola chapti 0.5”x2.5”

23. MDF Lamination 8x4

24. MDF Press Lamination 02 sooter

25. Magnet Catcher big size

26. Neem Gola ¾”

27. Nail 01 2/8 No.17

28. Nail 2”,2.5”,1”Tops No.17

29. Nail 1.25”Tops

30. Nail 1.50” Tops No.14

31. Nail 2” No.14 Top

32. Nut bolt 1 sooter

33. Pindal medium ?

34. Rowel plug No.8

35. Rubber Glass 03 sooter

36. Railing 14”,16”,18”

37. Revolving Chair Jeck

38. Revolving Chair Wheel

39. Revolving Chair Panja

40. Screw jipson3/4”

41. Screw 1.5”No. 8

42. Screw 2”,2.5”,3”

43. Screw 3.25”, 4” No. 5/8

44. Screw Dabbi3/4”,5 sooter,1/2” No.4

45. Silicon Bottle

46. Single hinge 5”

47. Spring wire

48. Steel nail 2”,1.5”

49. Warma 1&3 sooters

50. Win board lamination sheet (8x4)

( 6) PLUMBER ITEMS

1. Active Gas Valve (gate Valve) 1” Local, Heavy

2. Adaptor Female 40mm Heavy

3. Blade Saw Taiwan

4. Ball Cock Tanki Golden

5. Ball cock Tanki IFO B, Universal

6. Ball wall ½ Faisal

7. Ball wall ¾ Faisal

8. Ball wall 1,1.25,1.50 Inches Faisal

Page 243: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. Barrel Nipple1/2,3/4,1,1.25,1.50 inches

China

10. Bibcock Faisal, Latif

11. Bibcock plastic brass Spindle Local, Heavy

12. Bolt kit commode Steel Heavy, Local

13. Bolt kit Washbasin Steel Heavy, Local

14. Bush PVC 2x3,2x4 Popular

15. Bush GI 1/2x3/4,1/2x1,3/4x1, China

16. Burner Stove Local Heavy

17. Commode IFO B

18. Commode Seat Cover IFO B

19. Copper pipe for heater ½ Local, Heavy

20. CP nozzle Heavy 1 ½ Local, Heavy

21. CP nozzle Heavy 1 inches Local, Heavy

22. CP nozzle Heavy 2” Local, Heavy

23. CP nozzle Heavy 4” Local, Heavy

24. CP nozzle Heavy 6” Local, Heavy

25. CP Nut Brass, Local Heavy

26. Elbow ½ China HE

27. Elbow1/2-3/4 MF China HE

28. Elbow ½x ¾, 3/4x 1” China HE

29. Elbow ½x 1”, 3/4x 1.25,1.50x1.25, China HE

30. Elbow ¾ China HE

31. Elbow 1,1.25,1.50 inches China HE

32. Elbow 1”x1.25, 1”x1.50 China HE

33. Elbow Action Master, Faisal

34. Elbow PVC 2”,3”,4”, 3x4 Popular

35. Elbow PVC 45degree3’,4” Popular

36. Flush tanki Master, Faisal, Sonic

37. Gas nozzle ½ Brass Heavy

38. Gas pipe Plastic Local Heavy Gauge

39. Glass Head with catcher Master, Faisal

40. Gas Heater Single Plate Double Plate

Canon, Firex

41. Gas Stove Single Burner Double Burner

Local Heavy Gauge

42. Geyser 35Gallon ,45Gallon 10Gauge 12Gauge

Local Heavy Gauge

43. Geyser Thermostat Complete China, Iran

44. Geyser Thermo Wire China, Iran

45. Geyser Pilot Pipe Local Brass Heavy

46. Geyser Burner Pipe Local Brass Heavy

47. Geyser Chery Local Brass Heavy

48. Geyser Safety Valve 1”x3/4”,1” Local Brass Heavy

49. Head Bibcock, Mixer, Side Pillar Cock

Local, Heavy

50. Hockey Pipe PVC1.50 Local, Heavy

51. Heater plate Filling chemical Local

52. Heater plate Single, Double Local

53. Jet burner Local

54. Join doori 3-sooter Taflon

55. Knob stove & Heater Local

Page 244: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

56. Mixer Faisal ,Latif

57. Mixer Connection pipe Local, Heavy Brass Nut

58. Mixer Connection Pipe Complete Set

Brass Nut Heavy

59. Muslim Shower Complete Set King, Master

60. Muslim Shower Body King, Master

61. No Return Valve ¾,1” Japani

62. Pipe ½,¾,1.25,1.50,1, IIL.M

63. Pipe HDP 40mm Jamal sons

64. Pipe Clump Water Connection 6”x3/4,3”x3/4 with Nut Bolt & washer

Local, Heavy

65. Pipe nipple ½ 6,3,5,8,9,10 inches IIL,M

66. Plug ½ ,3/4,1,1.25 inch china aloha

67. Plug Elbow PVC 2”,3”,4”, 3x4 Popular

68. Popular Solution250 G,500G,150G Popular

69. P-Trap PVC 2”,3”,4” Popular

70. Push cock burner with knob Local, Heavy

71. Push cock heater with knob Local, Heavy

72. PVC Pipe 2”, 4”, 3”, 6”, 8”, Popular, Medium Grey& C-Category

73. PVC Pipe Clump 2”,3”,4” Local, Heavy

74. Rubber connection Pipe 18”,24”,30”,36”

Heavy, Brass Nut

75. Seat Cover IFO B

76. Side pillar cock Faisal ,Latif

77. Sink 18x48, 20x60 Steel Heavy Gauge

78. Siphon Complete Fitting Sonic

79. Siphon Complete Fitting Golden

80. Siphon Complete Fitting IFO B

81. Socket ½,3/4,1”,1.25,1. 50,1/2x3/4,1/2x1,3/4x1,1.50x1.25

China HE

82. Spindle Bibcock, Mixer, Side Pillar Cock

Local, Heavy

83. Sui Gas Regulator ¾ & ¾ High Pressure

Local

84. Teflon Tape England, Korea

85. Tea GI ½”,3/4”,1” 1/2x3/4,1/2x1,3/4x

China HE

86. Tea cock Faisal ,Latif

87. Tea PVC 2”,3”,4”, 3x4 Popular

88. Tea PVC Plug 2”,3”,4”, 3x4 Popular

89. Thimble & Washer Local

90. Thread Gola Local

91. Union ½ China HE

92. Union ¾ China HE

93. Union 1 ,1.25,1.50 inches China HE

94. W.C Local

95. Wash Basin Mixer Faisal ,Latif

96. Wash basin Stone with stand Local, Heavy

97. Washer Bibcock Local, Heavy

Page 245: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

98. Washer tanki Golden, IFO B, Sonic

99. Washer Union ½,3/4,1,1.25,1.50 inches

Local, Heavy

100. Waste complain lab. Sink Local Brass Heavy

101. Waste Complain Sink Local, Heavy Brass

102. Waste Complain Wash Basin Local, Heavy Brass

103. Waste pipe folding1.25,1.50

104. Water nozzle ¾ Local, Heavy

105. Y-Tea PVC 2”,3”,4” Popular

LINEN STORE ITEMS (UTILITY ITEMS)

1. Air Freshener King

2. Broom Bansi

3. Finis Oil Typhon 400ml

4. Flush Brush Plastic

5. Glass for Water Toyo Nasik

6. Hand Brush for clothes

7. Life Boy Soap Liver Brothers

8. Medium Cell Toshiba

9. Net Wall Brush Iron/Plastic

10. Old Jersey Landa

11. Pencil Cell Toshiba

12. Phenyl Bottles Typhon 2.75L/3L

13. Plastic Bags Small Size 5x4

14. Plastic Jar 50 gms

15. Rat Killer Tablets Killer

16. Soap Dish Plastic

17. Spray Pumps Typhon/Super

18. Sufi Soap Sufi

19. Sufi Vermicelli Sufi

20. Surf Washing Powder Sufi 80 gms

21. Surf Washing Powder 1Kg

22. Sweep Shiner Super

23. Tat Bundle

24. Tissue Box Rose Petal

25. Tissue Rolls Supreme/Pop Up

26. Torch Rechargeable

27. Torch Cell Toshiba

28. Vim Washing Powder Vim/Max

29. Washing Soda Open ICI

30. Wiper Local Iron

31.

LAUNDRY ITEMS

1. Soda Ash ICI 2100/E bag

2. Surf Washing Powder Surf ,Express, Ariel 425/E bag

3. Liquid bleach 1230/Jar

4. Leco Powder 500/Ekg

5. Neel Powder 280/Ekg

6. Rang Kat 180/kg

7. Caustic Stone 76/kg

8. Sodium Hypo Sulphate 140/kg

9. Liquid Soap 1250/jar

10.

Page 246: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

A.C.TECHNICIAN ITEMS

1. A C Service Pump

2. A.C Compressor 1.5 ton Split NEW

3. A.C Compressor 1.5 ton Window NEW

4. A.C Compressor 10 ton Central Unit NEW

5. A.C Compressor 2.0 ton Split NEW

6. A.C Compressor 2.0 ton Window NEW

7. A.C Compressor 4.0 ton Cabinet NEW

8. A.C Covers

9. A.C Protector

10. A.C. Technician Tool Set

11. Bearings 6201,6202,6203,6204,6001,6002

12. Bends

13. Blower

14. Cable 110/76 03Core English

15. Capacitors 10uf

16. Capacitors 3.5 uf

17. Capacitors 35uf

18. Capacitors 40uf

19. Capacitors 45uf

20. Capacitors 50uf

21. Compressor Oil

22. Condenser Fan

23. Copper Pipes

24. CTC Chemical

25. Drain Pipes PVC

26. Drill Hilty

27. Foam Filters

28. Gas No.110 USA

29. Gas No.134-A USA

30. Gas No.22 USA

31. LPG gas

32. Magnet Contactor

33. Over load

34. Packing Tapes

35. Pin Valves

36. Plastic Water Pipe 3/4

37. PVC Tapes

38. Refrigerator Protector

39. Relay for Refrigerators

40. Selector Switch

41. Solder Brass

42. Solder Copper

43. Solder Silver

44. Solution

45. T ½,3/4,

46. Thermostat

Page 247: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

47. Window A.C. Fan Motor 1.5 ton,2.0ton

48. Window A.C. Trays Zinc

WATER CHILLERS

49. Water chiller compressor ½,1/3,1/4

50. Capacitor 80, 110

51. Condenser

52. Condenser fan

53. Relay

54. Over load

55. Thermostat

56. Water chiller bib cock

Page 248: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR. NO

NAME OF ITEMS Estimated

Cost 1. Electric Items Rs.3,00,000

2. Welder items Rs.1,50,000

3. Mason items Rs.1,50,000

4. Painter items Rs.1,50,000

5. Carpenter items Rs.1,50,000

6. Plumber items & Water chillers Rs.2,00,000

7. Linen store items Rs.8,00,000

8. Laundry items Rs.3,00,000

9. A.C.Technician items & Water chillers Rs2,50,000

Page 249: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Cost Rs.1000/- (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

Due date 06.06.2017

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax Reg. No. _____________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully.

In case of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder: __________________

Date: __________________ Stamp: __________________

Page 250: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2018. 2. The tender will be opened in the presence of tender representatives/bidders on

06.06.2017 at 11:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 5% as security/deposit at call which will remain in custody

of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must.

9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the

period of contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting

before the opening of financial bid, otherwise the next tender bidder will have preferred and the CDR of the firm will forfeited who will not provide the rates.

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

DR. NAEEM BAIG MIRZA MEDICAL SUPERINTENDENT

Page 251: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate Contract for

EMG, EEG, MRI, Lithotripsy

Page 252: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL LAHORE

Tender Fee Rs.1000/- (Non Refundable) Tender Opening Date: 30-05-2017

TERMS & CONDITIONS FOR THE TENDER

OF MRI, EEG, EMG, NCS & LITHOTRIPSY

• Tenure of contract will be up to -30.06.2018- and can be extended further subject to

satisfactory performance.

• Tender will be opened on 30.05.2017 at 11:30 Am in the presence of representatives of

the bidder who care to attend.

• Deposit at call amounting to Rs.5%- should be submitted along-with the offer, failing

which tender would not be accepted and rejected straightway. The successful bidder’s

CDR will remain with this hospital till the completion of contract.

• ISO certified labs/Medical centers will be preferred.

• Preference will be given to the Medical centers/Labs, which can provide full range of

services under one roof.

• Tenders will be furnished under single stage two envelop system of PAPRA Rules –

2014. Technical and Financial proposals should be in two separate envelopes, otherwise

the offer will not be accepted. Technical offer will be opened in front of the bidders

whereas financial bid of successful bidder’s will be opened later on.

• Rate should be quotes along-with Income Tax. However hospital is exempted from

Sales Tax hence not included.

• Quoted rates will be valid for the whole financial year 2017-2018 and no claim

regarding currency fluctuation will be accepted.

• Rates should be quoted separately for patients requiring anaesthesia during MRI and

for patients whose weight is more than 100 kg. Both the facilities should be provided

by the firm. In case of non provision of the any facility, firm will be bound to provide

facility of the test from any other centre/lab and in case of failure, the difference of

amount will be deducted from the payment of the firm.

• Black listed centers/ firms are not allowed to participate in the tender and should submit

an undertaking in this regard.

For MRI, EEG, EMG, NCS, LITHOTRIPSY Medical center must submit

following information along with their tenders.

• Make, model, manufacturing date and manufacturing name of MRI, EEG, EMG, NCS,

LITHOTRIPSY machines.

• Name of reporting Radiologist/ Duty doctor in case of emergency during procedure/ test.

• Appointment date/time schedule for MRI, EEG, EMG, NCS, LITHOTRIPSY for patients

being referred from hospital.

Page 253: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• Appointment schedule for emergency patients being referred from hospital.

• Any weight obligation in case of MRI of patients with weight above than 100kg.

• Medical Superintendent of this hospital reserves the right to accept/reject any offer

without assigning any reason. Their decision would not be challenged in the court of

law.

DR. NAEEM BAIG MIRZA

MEDICAL SUPERINTENDENT

Page 254: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

NO________________________NSSSH DATE_____________________

Tender for Purchase of MRI, EEG, EMG, NCS, LITHOTRIPSY for the Financial Year

2017-2018

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 30.05.17 at 11.00 am)

Date and time of opening of tender ( 30.05.17 at 11.30 am)

Call deposit 5% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids

/ tenders from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign

Principals the well reputed firms for the supply of MRI, EEG, EMG, NCS, LITHOTRIPSYon

free delivery to Consignee’s end basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (one thousand only). Bidding documents shall be issued up to (-30.05.2017

till 10.30 am-) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on 30.05.2017 till 11:00am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11.30am in the presence of the bidders or

their authorized preventative.

4. No offer shall be considered if:-

• Received without Call Deposit (CDR)

• Received after the date and time fixed for its receipt.

• The Tender is unsigned.

• The offer is ambiguous.

• The offer is conditional.

• The offer is by telegram.

• The offer is from a firm black listed, suspended or removed from the approved list.

• The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 255: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTION TO BIDDERS

• 1. Eligible bidders: This Invitation for Bids is open to all Manufactures / Authorized

distributors / Importers /Sole Agents of Foreign Principals/well reputed firms on Delivery to

Consignee’s end basis. The importer / sole agent must possess a valid authorization from the Foreign

Principal / Manufacturer.

THE BIDDING PROCEDURE

• 2. Single Stage – Two Envelopes Bidding Procedure shall be applied:

• The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Technical Proposal and the Technical Proposal.

• The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold

and legible letters to avoid confusion.

• Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.

• The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without

being opened.

• The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

• During the technical evaluation, no amendments in the technical proposal shall be permitted.

• The Financial Proposals of bids shall be opened publicaly at a time, date and venue to be announced and

communicated to the bidders in advance.

• After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity

period, publicly open the financial proposals of the technically accepted bids only.

• The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective

bidders.

• The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. Content of Bidding Documents

i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents shall include:-

• Instructions to bidders

• Schedule of Requirements

• Technical Specifications

• Contract Form

• Manufacture s Authorization form

• Proprietary Certificate in case of sole manufactured /imported items.

• Bid Form

• Price Schedule

• Manufacturing License

• Price Reasonability Certificate

• Certificate on Stamp Paper of worth Rs.100/-

Page 256: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

ii The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

Iii Failure to furnish all information required by the bidding documents of 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.

4. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding

documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline

for the submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective

bidders that have received the bidding documents.

5. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a

prospective bidder may modify the bidding documents by amendment. All prospective bidders that have

received the bidding documents shall be notified of the amendment in writing of by phone, and shall be

binding on them.

PREPATATION OF BIDS

6. Documents Comprising the Bid: The bid shall comprise the following components:

• Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

• Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid

and is qualified to perform the Contract if its bid is accepted;

• Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

• Bid Security, if any furnished in accordance with instruction to bidders,

7. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule

furnished in the bidding documents, indicating the investigation facility to be provided by the firm, brief

description of the procedure and the prices alongwith any obligations regarding weight of the patient.

The prices should reflect the anaesthesia charges separeately in price shedule.

8. Bid Prices:

• The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under

the Contract.

• Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction

must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of

bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

• The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

• The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST)and

other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the

GST or other taxes shall be passed on to the Hospital.

• Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

• While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods

and services shall be entertained.

Page 257: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. Documents Establishing bidder’ S Eligibility and Qualification:

• The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

• The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

• The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

• 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.

• 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.

• 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.

• The bidder should have minimum Two-year experience in the market of providing facility of test

to general public. Similarly, it is mandatory that for investigation/procedure to be quoted by the

bidder/ Manufacturer Documentary proof shall have to be provided.

• The bidder is required to provide with the Technical Proposal, the name of investigation/procedure

along with serial number for which they have quoted their rates in the Financial Proposals.

• The bidder must indicate the registration number, make and model of/ Machine available at the

centre/ hospital.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility

and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.

• Bid Security:

i The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation in

the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the

hospital and will be returned after successful completion of the contract.

ii The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would

warrant the Security’s forfeiture, pursuant to instruction to bidders.

Iii The Bid Security may be forfeited:

• If a bidder withdraws its bid during the period of bid validity; or

• In the case of a successful bidder, if the bidder fails:

I To sign the Contract in accordance with instruction to bidders. OR

II To complete the supplies in accordance with the General Condition of Contract.

12. Bid Validity:

i Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid,

prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

ii The Hospital 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.

Iii bidders who-

Page 258: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

• Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

13. Format and Signing of Bid:

I The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed

literature.

Ii Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

SUBMISSION OF BIDS

14. Sealing and Marking of Bids:-

I The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion.

The inner and outer envelopes shall:

• Be addressed to the Medical Superintendent NSSSHL and;

• Bear the name and number indicated in the Invitation for Bids.

• Every page of the financial proposal should be signed and stamped by bidder himself.

II . 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”.

III. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

16. Deadline for Submission of Bids:- Bids must be submitted by the bidder and received by the Hospital,

not later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may, at

its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject

to the deadline shall thereafter be subject to the deadline as extended.

17. Late Bid:- Any bid received after the deadline for submission of bids prescribed, shall be rejected and

returned unopened to the bidder.

18. Withdrawal of Bids:- The bidder may withdraw its bid after the bid’ s submission and prior to the

deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for

submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s

forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. Opening of Bids:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence

of bidders’ representatives who choose to attend the meeting at 12.00 pm on the date specified already in the

Committee Room NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet

evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained

in the custody of Hospital without being opened and till completion of the evaluation process.

Ii The bidders’ name, investigation for which they quoted their rate, serial number of the investigation

and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid

shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to

the bidder. However, at the opening of Financial proposal (the date, time and venue would be announced

later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such

other details. If considered appropriate shall be announced.

Page 259: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned

unannounced to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return

to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. Clarification of Bids;- During evaluation of the bids, the Authority 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.

21. Preliminary Examination;- All the bids shall be examined 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 generality in order.

i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is

a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and

quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the

correction of the Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy

between words and figures, the amount in words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any

bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the none conformity .

22. Evaluation & comparison of bids:-

i Substantially responsive bid shall be evaluated and compared.

ii The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test

reports , previous experience , financial soundness and such other details as the authority ,at its discretion ,

may considered appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be

on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid

security ,

iii All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,

regulations and policies that are in force at the time of issue of notice for invitation of bids.

23. Evaluation Criteria:-

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

previous experience, financial soundness and such other details as the authority, at its discretion many consider

appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/

criteria shall be applied for the TECHNICAL PROPOSALS. The number of points allocated to each factor

shall be specified in the Evaluation report.

Page 260: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD

LAHORE

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL

MRI, LITHOTRIPSY AND EEG/EMG/NCS TESTS(Passing marks 65%)

S.# ASSESSMENT PARAMETERS MARKS

• NTN No. & GST registration and copy thereof NTN No. = 05

GST No. = 05

Professional Tax Certificate = 05

15

• Financial Soundness of the firm • Income tax paid certificate = 04 • Balance Sheet = 03 • Bank Statement of last year= 03 If balance sheet and bank statement both are deposited then only marks of balance sheet would be counted. Tapering down phenomenon regarding of marks shall be applied on competitive firms.

10

• Establishment of Centre with reference to the service. • More than 05-years = 10 • 03-05 years = 05 • 01-03 years = 03

10

• Overall reputation in reference to the service contract with other

hospital • No. of reference / certificates provided regarding performance

of the service from head of the concerned institute/hospital. Reference / Certificate of the service shall be verified by the department independently.

• Private Sector + Public Sector = 10 • Public Sector = 05 • Private Sector = 05

10

• Certification with reference to standard of quality of reports of

investigations

• PESSI Doctor/ Specialist =10

Any two certificate = 06

Any one certificate = 04

• PRIVATE CONSULTANTS=10

Any two certificate = 06

Any one certificate = 04

20

Page 261: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• Availability of Machines with reference to the service MRI Machine/ EEG, EMG,NCS/LITHOTRIPSY

Machine

• 01 Machine with good resolution = 05 • 02 Machines with good resolution = 10

10

7. Availability of technical staff with reference to the service • MRI/EEG,EMG,NCS/LITHOTRIPSY Reporting i. Qualified related field Consultant = 10

ii. Medical officer on duty for lithotripsy/ MRI services =05

• Number of technical staff = 05 • At least two technical staff members = 05 • One additional number for every additional technical member

shall be granted with maximum up-to. = 05 • Provision of Certificate that in case of non-functioning/ failure of

the MRI/EEG,EMG,NCS/LITHOTRIPSY Machine of the

centre/hospital, the patients will be accommodated at other

centre by the firm.In case of weight above than 100 kg and in

case of need of anaesthesia to patient, service will be

provided by the firm with charges mentioned in financial

proposal. = 05

25

TOTAL 100

NAME OF BIDDER:_______________________

CNIC NO: _______________________________

Address:_________________________________

Signature &Stamp: _________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed

about the technical scores obtained through technical evaluation criteria, and shall notify those bidders whose

proposal did not meet the minimum qualifying mark which is 65% or were considered non-responsive, that their

financial proposals shall be returned unopened after completing the selection process. It shall be simultaneously

notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and

location for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is

optional.

iv. 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 opened and the quoted price read

aloud and recorded if appropriate.

24. Qualification & disqualification of bidder; - A bidder shall be disqualified if it would be finding, at

any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. Rejection of bids: The Medical Superintendent shall upon re quest 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

hospital incurs no liability, solely 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.

26. Announcement of Evaluation Report :- The results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at

least, ten, days prior to the award of procurement contract.

Page 262: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Award of contract

27-Acceptance of Bid and Award Criteria:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or

policy of the provincial Government, shall be awarded the letter of approval of rates, within the original or

extended period of bid validity. The approved rates will remain valid up to 30.06.2018 which may further be

extendable for period of another three months.

• The approved centre will be responsible for provision of facility of EEG,EMG,NCS, LITHOTRIPSY AND

MRI as per approved rates.

• Patients requiring anaesthesia during MRI and for patients whose weight is more than 100kg. Both the

facilities should be provided by the firm. In case of non provision of the facility, firm will be bound to

provide facility of the test from any other centre/lab and in case of failure, the amount will be deducted from

the payment/security of the firm or the price difference shall be paid by the firm.

• The Notification of award shall be issued in form of letter of award of contract to the

bidder .After issuance of award of contract, supply orders shall be issued on as and when required basis

according to need and demand of the hospital in whole financial year.

28 . Advertised Quantity: The number of patients advertised against each investigation is tentative based on

previous year’s number of patients, therefore, it can vary every month.

29. Subcontracts: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

30. Delays in the Supplier’s Performance: - Investigations of our patients should be done on priority

basis. If at any time during performance of the Contract, the Supplier should encounter conditions

impeding timely delivery of the services, the Supplier shall promptly notify the hospital in writing

of the fact of delay, its likely duration and its cause(s).

31. Penalties / liquidated Damages. If the firm fails to provide the services due to any unavoidable

circumstances, the firm will be responsible for the investigations to be done from any source, or the price

difference shall be paid by the firm.

32. Termination for Default:- The Purchase Committee without prejudice to any other remedy for breach

of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if

the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the

Contract, or within any extension thereof granted or if the Supplier fails to perform any other

obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in

corrupt or fraudulent practices in competing for or in executing the Contract.

• In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution

reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital

also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.

• If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to

forfeit the security of the contractor and may award the contract to the second lowest.

• The bidder shall provide 5% of the estimated value in the shape of CDR along with their quotation in the

shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social

Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be

rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not

be considered or carried forward.

33. Arbitration and Resolution of Disputes:-

In case of any dispute, decision of the Purchase Committee would be final.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed

by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 263: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No. /Page No. of the YES OR NO

Tender Submitted

• Receipt _____ _____ _____

• Copy of national identity card _____ _____ _____

• Call deposit _____ _____ _____

• Suppliers authorization letter _____ _____ _____

• Price reasonability certificate ____ _____ _____

• Price list (duly attested) _____ _____ _____

• Sole proprietary certificate in case of items of Propriety nature. _____ _____ _____

• Letter of authorization from the manufacture / foreign Principal _____ _____ _____

in case of sole agent/ importer.

• Certificate on stamp paper Rs.100 duly filled ____ _____ _____

• Certificate of national tax number _____ _____ _____

• Samples of quoted item _____ _____ _____

• Technical bid (separate envelop) ____ _____ _____

• Financial bid (separate envelop ) _____ _____ _____

• Copy of the technical bid on the CD in Excel format along with the _____ _____ _____

written technical offer in the technical Proposal. (Technical

proposal envelope)

• Copy of the financial bid on the CD in Excel format along with the _____ _____ _____

written financial offer in the financial

Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________

Stamp of the firm; ______________________________

Page 264: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER OF WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on _________________________ for the supply of

investigations

MRI, EEG, EMG, NCS, LITHOTRIPSY for NSSSH as advertised in the tender notice as well as those

contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all

instruction/ conditions.

• We here by confirm to provide the facility of EEG,EMG,NCS, LITHOTRIPSY AND MRI at earliest as

per approved rates.

• Patients requiring anaesthesia during MRI and for patients whose weight is more than 100kg. Both the

facilities will be provided by us. In case of non provision of the facility, we will be bound to provide

facility of the test from any other centre/lab and in case of failure, the amount will be deducted from the

payment/security of the firm or the price difference shall be paid by the centre.

• If the firm fails to provide the services due to any unavoidable circumstances, the firm will be

responsible for the investigations to be done from any source, or the price difference shall be paid by

the firm.

• Certified that the prices quoted against tender are not more than the trade price or the price

charged from any other Government/Autonomous institution in the financial year 2017-2018

and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in

excess when asked to do so.

5. Certified that the firm is not black listed.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 265: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM

DATE: ________

NO.__________

TO

The Medical Superintendent

N.S.S.S.H Multan Road Lahore.

Having examined the Bidding Documents, the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to provide the facility of all investigations

specified in conformity with the said Bidding Documents.

We undertake, if our bid is accepted, to provide the facilities on priority basis to patients. If

our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital as

a security for the successful completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid

opening under instruction to the bidders, and it shall remain binding upon us and may be

accepted at any time before the expiration of that period. Until a formal contract is

prepared and executed, this bid, together with your written acceptance thereof and your

notification of award shall constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

Page 266: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender for MRI for the Year 2017-2018

SR.

#

NAME OF REGION

RATE

WITH OUT

CONTRAS

T

RATE

WITH

CONTRAS

T

Rate with anesthesia if required anesthesia fees

Approximate Patients

2016-2017

Total

Amount

• Brain 4500 6000 3000 350 1575000

• Pituitary gland 4500 6000 3000 01 4500

• Internal Auditory Canal

4500 6000 3000 01 4500

• T.M Joint 4500 6000 3000 01 4500

• Orbit 4500 6000 3000 20 90000

• Cervical spine 4500 6000 3000 170 765000

• Thoracic /Dorsal Spine

4500 6000 3000 100 450000

• Lumbosacral Spine

4500 6000 3000 60 270000

• Thoracic Lumbo Junction

4500 6000 3000 20 90000

• Chest/Abdomen /Prostate

4500 6000 3000 15 67500

• Whole spine 10000 15000 3000 15 150000

• Pelvis 4500 6000 3000 20 90000

• Knee joints/Ankle/Hip Joint

4500 6000 3000 20 90000

• Shoulder joints 4500 6000 3000 10 45000

• Face 4500 6000 3000 10 45000

• Neck 4500 6000 3000 10 45000

• Arm/Wrist 4500 6000 3000 10 45000

• Foot 4500 6000 3000 10 45000

• MR Angio Renal Arteries

4500 6000 3000 01 4500

• MRCP 4500 6000 3000 05 22500

• MRA Carotids 4500 6000 3000 01 4500

Page 267: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• MRA Circle of Willis

4500 6000 3000 01 4500

• MRA Brain/Neck

4500 6000 3000 01 4500

• Internal Auditory Meatus

4500 6000 3000 01 4500

• Internal Auditory canal

4500 6000 3000 01 4500

• ANY MRI of patient with weight above 100 Kg

5500 7000 3000 02 11000

• Any other MRI 4500 6000 3000 02 9000

Total

394550

0

Page 268: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender for EEG, EMG, NCS for the Year 2017-2018

SR.# DESCRIPTION RATE Approximate

Patients’

2016-2017

Total

Amount

• EEG Simple 1750 350 612500

• EEG sleep recording 1750 02 3500

• EEG with brain maping 2150 02 4300

• EEG Portable 3000 Nil 0

• E.M.G Studies 3750 40 150000

• N.C.S Studies 3750 40 150000

Total

920300

Page 269: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender for Lithotripsy for the Year 2017-2018

SR.# NAME OF TEST/ PROCEDURE

STONE SIZE

RATE Approximate Patients’

2016-2017

Total Amount

• LITHOTRIPSY 1mm to 9mm

9000 50 450000

1.0cm to 1.9cm

12000 40 480000

2.0cm to above

14500 20 290000

Total 1220000

Grand

Total

6085800

Page 270: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate Contract for

Hospital Stationery/Printing

Items

Page 271: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

OFFICE OF THE

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

NO________________________NSSSH DATE_____________________

Tender for Purchase of Stationery and Printing items for the Financial Year 2017-2018

INVITATION FOR BIDS

Tender Price Non-refundable Rs.1000/-

Last date and time of receiving of

tender 30-05-0-2017 AT 11.00 AM

Date and time of opening of tender 30-05-2017 AT 11.30 AM Call deposit 5% of estimated amount for quoted

items

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids

/ tenders from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign

Principals, the well reputed firms for the supply of items for Stationary and Printing items at

Nawaz Sharif Social Security Hospital on free delivery to Consignee’s end basis.

1. Interested eligible bidders may get the bidding document from the office of Account

Officer NSSSHL on submission of written application along with payment of non-refundable

fee of Rs.1000/- (only). Bidding documents shall be issued up to (10.30 am) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 5% of

the estimated price of the contract as bids security/ earnest money in the shape of Call Deposit

in favor of Medical Superintendent NSSSHL is required to be submitted with the financial bid,

without which the offer shall be rejected. However copy of CDR will be attached with technical

proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the

interested bidders on( 30-05-2017)till 11:00 am positively. The bids received till the stipulated

date and time shall be opened on the same day at 11:30am in the presence of the bidders or

their authorized representative.

4. No offer shall be considered if:-

• Received without Call Deposit (CDR)

• Received after the date and time fixed for its receipt.

• The Tender is unsigned.

• The offer is ambiguous.

• The offer is conditional.

• The offer is by telegram.

• The offer is from a firm black listed,or suspended .

• The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 272: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF STATIONERY AND PRINTING ITEMS

TERMS & CONDITIONS

• The tender should be sent in the name of Medical Superintendent, Nawaz Sharif Social Security Hospital, Lahore.

• The tender will be opened in the presence of tender representatives/bidders on 30.05.2017 at 11:30 AM after receiving from the bidders on the same day.

• All the procurement procedures will be strictly according to the PPRA rules,2014. • Single stage / two envelopes bidding procedure will be adopted. The two envelopes

shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

• The bidders will deposit 5% of estimated price of quoted items as bid security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

• Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

• The bidders are requested to write make, model and brand of concerned items while giving the rates. Without make model or conditional tender will not be accepted.

• In case the offering firm has not its own printing press and will print the material from other press, the firm should submit the “authority letter” from other press and no delay in supplies will be accepted.

• All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.

• The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly and numbered serially signed at the bottom.

• The blacklisted firms are not allowed to participate in the tender.

• The bidders will have to provide samples of all the items (stationery as well as printing PAPER OF EACH GRAMMAGE) with the technical bid. In case of failure, the instituition resreves the right to cancel the participation of firm in the tender.

• The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.

• No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bids that do not change the substance of the bid.

• The quantites mentioned in the tender are estimated quantities and can be increased or decreased according to need at the time of issuance of supply orders.

Page 273: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Printed books with numbers and logo of hospital if found not according to specifications will not returned back and the firm will replace unconsumed stores without any further charges.

• The supplies shall be delivered within 15 days w.e.f the next date of issue of supply order.

• In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason / excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

• If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.

• In case of partial or non-supply of any or few items of the supply order, amount equal to the amount of order of those items will be forefieted. Moreover, half percent weekly or two percent monthly penalty will be deducted from the security and the firm may be black listed.

• Inspection authority will be the Inspection Committee of the hospital. Inspection on receiving the consignment will be done.The committee will be responsible for inspecting the consignment to certify that items are in accordance with the specifications of supply order.

• Any of the total bids can only be rejected on the basis of evaluation criteria,though; • The M.S Nawaz Sharif Social Security Hospital, Lahore may reject all bids at any time

prior to acceptance of bid or proposal. • The M.S, Nawaz Sharif Social Security Hospital, Lahore shall upon request

communicate to any bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

• In case of dispute, decision of M.S Nawaz Sharif Social Security Hospital shall be final.

DR. Naeem Baig Mirza MEDICAL SUPERINTENDENT

Page 274: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTION TO BIDDERS

GENERAL INSTRUCTIONS

1.Eligible bidders:

1.1 This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers /Sole

Agents of ForeignPrincipals/well reputed firms on Delivery to Consignee’s end basis.

1.2 The bidder must possess a valid authorization from the Foreign Principal / Manufacturer and in

case of manufacturer, they should have a proof that they are the original manufacture of the

goods .

THE BIDDING PROCEDURE

2.Single Stage – Two Envelopes Bidding Procedure shall be applied:

2.1 The bid shall comprise a single package containing two separate envelopes. Each envelope

shall contain separately the Financial Proposal and the Technical Proposal.

2.2 The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL

PROPOSAL” in bold and legible letters to avoid confusion.

2.3 Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.

2.4 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the

hospital without being opened.

2.5 The hospital shall evaluate the Technical Proposal, without reference to the price and reject

any proposal which do not conform to the specified requirements.

2.6 During the technical evaluation, no amendments in the technical proposal shall be permitted.

2.7 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.

2.8 After the evaluation and approval of the technical proposal, the hospital shall at a time within

the bid validity period, publicly open the financial proposals of the technically accepted bids

only.

2.9 The financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

2.10 The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. Content of Bidding Documents

3.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding

documents. In addition to the Invitation for Bids, the bidding documents shall include:-

• Instructions to bidders

• Schedule of Requirements

• Technical Specifications

• Contract Form

• Manufacture s Authorization form

• Proprietary Certificate in case of sole manufactured /imported items.

• Bid Form

• Price Schedule

• Manufacturing License

• Price Reasonability Certificate

• Certificate on Stamp Paper of worth Rs.100/-

Page 275: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

3.2 The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

3.3 Failure to furnish all information required by the bidding documents of 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.

4. Clarification of Bidding Documents:

4.1 A prospective bidder requiring any clarification of the bidding documents may notify the hospital,

in writing at the Procuring Agency’s address indicated in the invitation for bids.

4.2 The Procuring Agency shall respond in writing to any request for clarification of the bidding

documents, which it receives not later than ten (10) days prior to the deadline for the submission

of bids prescribed in the invation for bids .

4.3 Written copies of the Procuring Agency respone (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.

5. Amendment of Bidding Documents:

5.1 At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its

own initiative or in response to a clarification requested by a prospective bidder may modify the

bidding documents by amendment.

5.2 All prospective bidders that have received the bidding documents shall be notified of the amendment

in writing and shall be binding on them.

5.3 In order to allow reasonable time to prospective bidders in which to take amendment into account

in preparing their bids, Procuring Agency, at its discretion, may extend the deadline for the

submission of bids. Amendment notice to that effect shall be communicated in the same manner

as the original invitation to bid .

PREPERATION OF BIDS

6. Documents Comprising the Bid: The bid shall comprise the following components:

6.1 Bid Form and Price Schedule completed in accordance with instruction to bidder is to be

submitted along with financial proposal.

6.2 Documentary evidence established in accordance with instruction to bidders that the bidder is

eligible to bid and is qualified to perform the Contract if its bid is accepted;

• 6.3 Documentary evidence established in accordance with instruction to bidders that the goods to be

supplied by the bidder are eligible goods and conform to the bidding documents.

6.4 Bid Security, if any furnished in accordance with instruction to bidders,

7. Bid Form & Price Schedule: 7.1 The bidders shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding

documents, indicating the goods to be supplied, a brief description of the goods, their weightage, quantity

, and prices.

8. Bid Prices:

• The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

• Form for price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must be

initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be

mentioned. Serial number of the quoted item may be marked with red/yellow marker.

• The bidder should quote the prices of goods according to the strength/technical specifications as provided in

the Form of price Schedule and Technical Specifications. The specifications of goods, different from the

demand of bid enquiry, shall straightway be rejected.

• The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST

or other taxes shall be passed on to the Hospital.

• While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained

• Price should be quoted in pak Rupees.

Page 276: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9. Documents Establishing bidder’ S Eligibility and Qualification:

9.1 The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

• The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders.

• The documentary evidence (to be submitted in the technical proposal) for the purpose of qualification

and technical evaluation shall include.

• The Supplier Agent shall have to produce letter of authorization from Manufacturer and in case of

Manufacturer, documentary proof including manufacturing license/ registration certificate, to the effect

that they are the original manufacturer of the required specifications of goods, shall be provided.

• National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) and price

reasonability certificate if necessary with documentary proof shall have to be provided by each bidder

in the tender.

• 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.

• 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.

• The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

• The bidder must indicate the registration number, country of origin of good, capacity of production of

firm, its financial status and necessary assurance of quality production certificates .

• The bidder shall provide firms balance sheet, latest tax paid ,audit inspection report (if under taken ) and

atleast one –year bank statement .

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: 10.1 Pursuant instruction to the bidder shall furnish along with Technical Proposal, as part of its bid,

documents establishing the eligibility and conformity to the bidding documents of the good, which the

bidder proposes to supply under the Contract

10.2 The documentary evidence of the eligibility of the goods shall consist of statement in the price

schedule of the country of orgin of the goods offered,with certificate of orgin issued by the Manufacture

.

10.3 Submission of sample: if so requried by the technical committee ,to be recorded in writing , the

bidder shall provide sample of all stationary items as well as paper samples for printing items.

11. Bid Security:

11.1 The bidder shall provide 5% of the estimated cost in the shape of CDR along with their quotation

in the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be

retained by the hospital and will be returned after successful completion of the contract.

11.2 The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which

would warrant the Security’s forfeiture, pursuant to instruction to bidders.

11.3 The Bid Security may be forfeited:

• If a bidder withdraws its bid during the period of bid validity

• In the case of a successful bidder, if the bidder fails:

(i) To sign the Contract in accordance with instruction to bidders. OR

(ii) To complete the supplies in accordance with the General Condition of Contract.

12. Bid Validity:

12.1 Bids shall remain valid for the period of 90 days after the date of opening of Technical Bid,

prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

12.2 The Hospital 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.

12.3 bidders who-

Page 277: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• Agree to the Procuring Agency request for extension of bid validity period shall not be permitted to

change the substance of their bids; and

• Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

13. Format and Signing of Bid:

13.1 The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be

typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.

The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

13.2 Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or

persons signing the bid.

13.3 All bidding documents to be duly attested and signed by the authorized person of company .

14. Sealing and Marking of Bids:-

14.1 The envelopes shall be marked as Technical Proposal and Finanical proposal” in bold and legible letters

to avoid confusion. The inner and outer envelopes shall:

• Be addressed to the Medical Superintendent NSSSHL and;

• Bear the name and number indicated in the Invitation for Bids and Bids shall be inscribed by following

sentence “ DO NOT OPEN BEFORE”.

14.2 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”.

14.3 If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the

hospital shall assume no responsibility for the bid’s misplacement or premature opening.

15. Deadline for Submission of Bids:-

15.1 Bids must be submitted by the bidder and received by the Procuring Agency, no later than the time and

date specified in the Invitation for Bids.

15.2 The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids

by amending the bidding documents in accordance with instruction to bidders, in which case all rights and

obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline

as extended.

16. Late Bid:-

16.1 Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder Procuring Agency.

17. Withdrawal of Bids:-

17.1 The bidder may withdraw its bid after the bid’ s submission and prior to the deadline prescribed for

submission of bids.

17.2 No bids may be withdrawn in the interval between the deadline for submission of bids and the expiration

of the period of bid validity specified in instruction to bidders.

17.3 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurement

for a period deem necessary by purchase committee

OPENING AND EVALUATION OF BIDS

18. Opening of Bids:-

18.1. Initially only the envelopes marked “TECHNICAL PROPOSAL” shall be opened in the presence of

bidders’ representatives who choose to attend the meeting at time and date specficied in invitation in bids

. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance.

However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital

without being opened and till completion of the evaluation process.

18.2 The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other

details if considered appropriate by Procuring Agency shall be announced at the opening of technical proposal.

No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened

to the bidder. However, at the opening of Financial proposal (the date, time and venue would be announced later

on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other

details. If considered appropriate shall be announced.

18.3 On Opening financial bids found without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder,

statement / reason on such bids shall be recorded.

18.4 The minutes of the bids opening (technical and financial) shall be recorded.

19 Clarification of Bids;-

19.1 During evaluation of the bids, the Authority 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.

20. Preliminary Examination;-

20.1. All the bids shall be examined 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.

Page 278: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

20.2 In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity,

the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of

the Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and

figures, the amount in words shall prevail.

20.3. Prior to the detailed evaluation,pursuant instruction to the bidder the procuring Agency shall determine

the substantial responsiveness of each bid to the bidding documents .For purposes of these Clauses ,a

substantially responsive bid is one which conforms to all the terms and conditions of the bidding doucments

without material deviations .perviation s from, or objections or reservations to critical provision shall be deemed

to be a material deviation for technical proposals . The procuring Agency”s determination of bids

responsiveness is to be based on the contents of the bid its self without recourse to extrinsic evidence.

20.4 Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material

deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any

bidder .

20.5 .If a bid is not substantially responsive , it shall be rejected and any may not subsequently be made

responsive by the bidder by correction of the non conformity .

21 Evaluation & comparison of bids:-

21.1 Substantially responsive bid shall be evaluated and compared.

21.2 The evaluation of technical proposal /bid shall be on the basis of previous performances , previous

buisness reports , previous experience , financial soundness and such other details as the authority ,at its

discretion , may considered appropriate ,shall be considered .however ,the evaluation of the financial proposal

shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid

security ,

21.3. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set

forth in these bidding documents.

21.4. 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.

22. Evaluation Criteria:-

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

previous experience, financial soundness and such other details as the authority, at its discretion many consider

appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/

criteria shall be applied for the TECHNICAL PROPOSALS. the number of points allocated to each factor shall

be specified in the Evaluation report

22.3 After technical evaluation is completed, the bidders who have submitted proposals evaluation criteria

shall be informed about the technical scores obtained by their technical proposal, and shall notify those bidders

whose proposal did not meet the minimum qualifying mark which is 65% or were considered non-responsive,

that their financial proposals shall be returned unopened after completing the selection process. It shall be

simultaneously notified in writing to the bidders that they have secured the minimum qualifying marks, the

date, time and location for opening the financial proposals. Bidder’s attendance at the opening of financial

proposals is optional.

22.4 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 opened and the quoted price read

aloud and recorded if appropriate.

Page 279: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Passing Marks ______ NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF STATIONERY/PRINTING ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

• Physical report Quality of material

10

• NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

• Financial Soundness of the firm • Income tax paid certificate= 08 • Balance Sheet = 12 or • Bank Statement = 08

If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

• Establishment of company/firm with reference to the Services.

• More than 05-years =20 • 03-05 years =15 • 01-03 years =10

20

Past performance of the bidder with Hospital • Execution of supply order 100% • Execution of supply order 50% • Execution of supply order less than100%

and more than 50%

10 10 05 08

• Overall reputation Certificate in reference to the Services • Private Sector + Public Sector =10 • Public Sector =05 • Private Sector=05

10

• Undertaking on judicial paper that • firm is not blacklisted in any Govt./Autonomous

Body in last two years

20

TOTAL 100

Name of the Bidder ___________________ No. of item_________________ Name of item _______________________ Signature & Stamp__________________ NOTE :

• Acceptable bids must score minimum 65 marks .

• For verification of above information ,the representatives may visit the premises of printing

press at any time during evaluation process and will take necessary action in case of false

presentation of document

Page 280: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

22.4 .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 opened and the quoted price read

aloud and recorded if appropriate

23 Qualification & disqualification of bidder; -

23.1 A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him

concerning his qualification was false and materially inaccurate or incomplete.

24. Rejection of bids:

24.1 The Medical Superintendent 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 hospital incurs no

liability, solely 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.

25. Contacting the Procuring Agency :

25.1 . No bidder shall contact the procuring Agency on any matter relating to its bid, from the time of the

bid opening to the time Contract is awarded.

25.2. Any effort by bidder to influence the Procuring Agency in its decision on bid evaluation bid

comparison ,or Contract Award will result in the rejection of the bidder “s bid and subsequent black listing .

Canvassing by any bidder at any stage of the Tender Evaluation is strictly prohibited .

26. Re-Bidding :

26.1. If the Procuring Agency rejects all bids in pursuant to instruction to the bidder , it may call for a re-

bidding or if deems necessary and appropriate the Procuring Agency may seek any Alternative methods of

procurement.

26.2. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may

revise specifications , evaluation criteria or any other condition for bidders ,as it may deem necessary. 27. Announcement of Evaluation Report :-

27.1 The results of bid evaluation shall be declared prior to the award of procurement contract in the form

of report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of

procurement contract.

Award of contract

28-Acceptance of Bid and Award Criteria:-

28.1 The bidder with the lowest evaluated financial bid, if not in conflict with any other law, rules,

regulations or policy of the provincial Government, shall be awarded the letter of approval of rates, within the

original or extended period of bid validity.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of

the same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired.

Moreover it will replace the unconsumed expired stores without any further charges.

• If the firms provide Sub-standard items, printed books with numbers and logo will not

returned back and firm will supply new stock, Payment will be done only for the sock

supplied as per specifications. fail to provide the item , the payment of Risk Purchase, the

price difference shall be paid by the firm.

• In case if firm fail to provide the item , the payment of Risk Purchase, the price difference

shall be paid by the firm.

29. Procuring Agency ‘s Right to vary Quantities at time of Award;

29.1 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 price Schedule and Schedule of Requirements without any

change in unit price or other terms and conditions.

30 Notification of Award :

30.1 Prior to the expiration of the period of bid Validity, the Procuring Agency shall notify the successful

Bidder in wrting by Registered letter that its bid has been accepted.

30.2 The Notification of award shall be issued in form of letter of award of contract to the bidder .After

issuance of award of contract, supply orders shall be issued on as and when required basis according to need

and demand of the hospital in whole financial year.

31. Inspections and Test / Analysis:-

• The inspection committee shall inspect the quantity and specifications of the items supplied.

• The Supplier will be responsible for free replacement of stocks if the same is not found to be

of the same specifications as required in the invitation of Bids, Moreover, it will replace the

unconsumed expired stores without any further charges.

• If the Goods supplied are found during physical examination / inspection to be against the

required specifications approved samples, etc, even if it is of standard quality, the goods may

be rejected, and the supplier shall either replace the rejected goods or arrange alterations

necessary for rectification of observation, to meet the required specifications free of cost.

Page 281: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Replacement in lieu of the rejected supplies must be completed within 10 days from the date of

communication of decision to the manufacturer

• Supplier by the Hospital. In case after replacement or alteration, the inspection committee

again declare the item as of against the required specifications, the supply would completely be

rejected and the proportionate amount of security of the concerned installment would be

forfeited and the firm shall be blacklisted minimum for one year. However, if the entire

supplies / installments are declared as of against the required specifications, the earnest money

/ entire performance security shall be forfeited and the firm shall be blacklisted minimum for

two years.

32. Redressal of Grievances by the Procuring Agency :

32.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper

powers and authorizations, to address the complaints of the Bidder that may occur prior to the entry into force

of the procurment contract.

32.2 Any bidder feeling aggreived by an act of the Procuring Agency submission of the his bidd may lodge a

written complaint concerning his grievances not later then fifteen days after the announcement of the bid

evaluation report under rule 35.

32.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the

complaint .

32.4 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an

appeal in the relevant court of jurisdiction .

32.5 Mere fact lodging of a complaint shall not warrant suspension of procurement process.

35. Transportation: -

35.1 Transportation including loading / unloading of goods shall be arranged and paid for by the supplier.

36. Subcontracts: - 36.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

37. Delays in the Supplier’s Performance: -

37.1 Delivery of the goods shall be made by the Supplier in accordance with the time shedule prescribed

by the Procuring Agency in Shedule of Requirements .

37.2 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 hospital in writing of the fact of delay, its

likely duration and its cause(s).

37.3 The Purchase Committee may at its discretion extend the Supplier’s time for performance, with or

without liquidated damages, in which case the extension shall be granted by the Purchase Committee . A

delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the

imposition of liquidated damages, unless an extension of time is agreed upon without the application of

liquidated damages.

38. Shcedule of requriement :-

38.1 In case of late delivery beyond the presented period, penalty as specified in Special Conditions of

Contract shall be imposed upon the supplier.

38.2 The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for

reasons beyond control. Once the maximum is reached, the Authority may consider termination of the

Contract.

38.3 In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

Dumping, Incineration. If the firm provides substandard item and fails to provide the Item, the payment of

risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid

by the firm. Moreover, the substandard printed item will not be returned back.

.

38.4 The suppliers shall be delivered within 15 days after the next date of issue of purchase order (without

penalty), and with prescribed penalty after the date of delivery.

39. Termination for Default:-

39.1 The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to Supplier , may terminate the award of Contract in whole or in part, if the

Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or

within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the

Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

• In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the

institution reserves the right to purchase the item from the market at the risk and cost of defaulting

firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting of

the defaulting \ firm.

Page 282: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

• If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to

forfeit the security of the contractor and may award the contract to the second lowest.

• The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in the

shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif

Social Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer

will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if available,

shall not be considered or carried forward.

40. Delivery and Documents: -

40.1 The Supplier shall provide the following documents at the time of delivery of goods to Consignee’

end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

• Original copies of Delivery Note / Challan (in triplicate) showing item’s description and quantity.

• Original copies of the Suppliers’ invoices (in triplicate) showing name of item’s description, quantity,

per unit cost, and total amount.

• Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description,

quantity, per unit cost (without GST), amount of GST and total amount with GST.

41. Arbitration and Resolution of Disputes:-

41.1 The Procuring Agency and the Supplier Shall make every effort to reslove amicably by direct informal

negotiation and disagreement or dispute arising between them under or in connection with the Contract.

41.2 If ,after Thirty (30 days from the commencement of such informal negatiations , the Procuring

Agency and the Supplier have been unable to Reslove Amicably a Contract dispute , either party may

requrie that the dispute be referred to the Arbitrator for resolution through arbitration.

41.3 In case of any dispute concering the interpretation and /or application of this contract shall be settled

through arbitration.Medical Superintendent Nawaz Sharif Social Security Hospital 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 .

42 . Governing Language :

42.1 The Contract shall be written in english language .Subject to Gcc Clause 26, theversion of the

Contract written in the specified language shall govern its interpretation.

42.2 All correspondence and other documents pertaining to Contract ,which ar exchanged by the Parties

,shall be writen in English.

43. Applicable Law:

43.1 This Contract shall be governed by the laws of pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

44. Notices :

44.1 Any Notice given by one party to the other pursuant to this Contract Shall be sent to the other party

in writing and Confirmed to other party,s address specified in SCC.

44.2 A notice shall be effective when delivered or on the notice”s effective date. Whichever is later.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed

by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

Page 283: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST

Sr. No. /Page No. of the YES OR NO Tender Submitted

• Receipt _____ _____ _____

• Copy of national identity card _____ _____ _____

• Call deposit _____ _____ _____

• Suppliers authorization letter _____ _____ _____

• Price reasonability certificate _____ _____ _____

• Price list (duly attested) _____ _____ _____

• Sole proprietary certificate in case of items of Propriety nature. _____ _____ _____

• Letter of authorization from the manufacture / foreign Principal _____ _____ _____

in case of sole agent/ importer. • Certificate on stamp paper Rs.100 duly filled _____ _____ __

• Certificate of national tax number _____ _____ ____

• Samples of quoted item _____ _____ _____

• Technical bid (separate envelop) _____ _____ _____

• Financial bid (separate envelop ) _____ _____ _____

• Copy of the technical bid on the CD in Excel format along with the _____ _____ _____

written technical offer in the technical Proposal. (Technical proposal envelope)

• Copy of the financial bid on the CD in Excel format along with the _____ _____ _____

written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Page 284: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and

conditions of your tender enquiry due for opening on _________________________ for the supply of

Stationery/ printing items for NSSSH as advertised in the tender notice as well as those contained in the bid

Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/

conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the

essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the

recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by

hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2017-2018 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case if not supplied according to specifications

mentioned in supply order.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

Page 285: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BID FORM DATE: ________ NO.__________

TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. 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 agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

Page 286: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

NAWAZ SHARIF SOCIAL SECURITY

HOSPITALMULTAN ROAD LAHORE

TENDER FOR STATIONERY ITEMS FOR THE YEAR, 2017-18

SR. NO.

NAME OF ITEM

SPECIFICATION Estimated Quantity

Estimated Unit Price

Estimated Price

1. Calculator for officers

12-digits (Casio dj120 Original japan, Citizen C.T 912original japan, or equivalent)

06 1000 6000

2. Calculator for other department

Casio MJ 120, Citizen CT 500 or equivalent

06 250 1500

3. Diary stand plastic 04 100 400

4. Scotch tape 50yards 12 50 600

5. Scotch tape small size 48 15 720

6. Fine quality Dak Pad

(maximum for flap pad) as per sample Dak Pad

12 260 3120

7. Thumb pin/drawing pin

50-pin pack 10packs 12 120

8. Pen stand marble 7x4 6 160 960

9. Damper Plastic 24 20 480

10. Marker Highlighter

highlighter golden, silver marker (Mercury, Dollar, Sensa or equivalent )

100 22 2200

11. Attendance Register

8½x13size 150 pages 80gm paper

5 135 675

12. Ball pencil blue, black and red Piano click 0.8mm, Picasso, Dollar clipper )

10000 7 70000

13. Glaze paper (Blue ) 27x47, 55gm 1000 2 2000

14. Common Pins size No.2 (2oz weight) fine point

600 13 7800

15. Carbon paper KCR, Ruby, Dollar, Butterfly or equivalent

40 300 12000

16. Envelopes Kraft

80gm, brown size 9x4 2500 0.75 1875

17. Envelopes Kraft

80gm 15x10 2400 2 4800

18. Envelopes Kraft

80gm white size 9x4 2400 1.50 3600

Page 287: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

19. Envelopes Kraft

80gm file size 500 2 1000

20. Boarded file double

fine board solid hard 1200 25 30000

21. File board with flapper

9 ½ x 13 ½ size 2400 16 31400

22. Gum size 142gm (Nafees, Crystal or equivalent

100 15 1500

23. Ink (Stamp

pad )

small violet/red( Butterfly, Crystal or equivalent)

100 24 2400

24. Fountain Ink all color

blue/red, black large size (Dollar, Nafees or equivalent)

50 19 950

25. Lead pencil (Oro-premia, Goldfish-autocrat HB, Dollar, or equivalent)

252 7 1766

26. Marker No.90/70 cut marker(Dollar, Deer, Mercury, or equivalent)

600 24 14400

27. Paper cutter (knife type) 20 33 660

28. Ruled register narrow line 68gm 200 pages 8 ½ x 13

800 77 6100

29. Ruled register narrow line 68gm 350 pages 8 ½ x 13

500 144 72000

30. Stapler pins No.369 Dollar, Picasso, Opal, or equivalent

400 15 6000

31. Stapler SDI, Opal, MAX or equivalent No.369

30 140 4200

32. Stapler remover

SDI, Opal, MAX or equivalent

12 30 360

33. Single Punch Local or equivalent 12 75 900

34. Lace 12” size 800 (Guchi)

25 20000

35. Lace 6” size 800 (Guchi)

10 8000

36. Dispatch registers

300 pages (8 ½ x 13 ½ ) 68 gm Royal, Kohinoor, Friends, or equivalent

24 160 3840

37. Diary registers 300 pages (8 ½ x 13 ½ ) 68 gm Kohinoor, friends, Rizwan, or equivalent

24 160 3840

38. Rough pad 80 sheet

8½” x 13” 68gm Local paper 100 sheet

150 75 11250

Page 288: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

39. Stamp pad small ( Butterfly, Crystal, DK, or equivalent)

10 39 390

40. Double punch SDI/MAX or equivalent (for 12-sheet punch)

12 169 2028

41. Paper clip 26mm size (Pkt.) 24 18 432

42. Table diary Friends, Shama or equivalent

06 69 414

43. Pin cushion fine tin type plastic 30 20 720

44. Computer paper Rim

A4 (Double A) 500sheet

240 544 130560

45. Computer paper Rim

legal (Double A) 500sheet

72 619 44568

46. Sharpener Dux/Deer/ True, or equivalent

100 6 600

47. Rubber soft Dux/Deer/ Shark or equivalent

100 6 600

48. Noting sheets Fine quality Rim 68gm imported Legal size

24 444 10656

49. Ball point (pointer)

Dollar/Mercury /Piano fineliner, or equivalent

200 20 4000

50. Gel pen Dollar/ M&G / Piano/ Dux, or equivalent

400 33 13200

51. Table set (Marble) 5 645 3225

52. Peon Book 5 ½ x8 68gm paper 200 leaves

12 47 564

53. Fountain pen Fine quality OVX/Dollar / Dux

12 36 432

54. Scale plastic Fine quality large size

50 10 500

55. Photocopy Paper

A4 rim Local/Imported

30 287 8610

56. Photocopy Paper

Legal size rim. Local/Imported

12 344 4128

57. Envelope Brown10x12 Printed 500 10 5000

58. Dak Envelop Brown Printed 500 1 500

59. Glue stick small Shark/Sensa or equivalent

21 35 735

60. Box file First/Sensa or equivalent

20 250 5000

61. Separator Local/imported 20 set 42 840

62. Sub Ledger 1000 pages Kohinoor/ Lion/ Rizwan or equivalent

01 1000 1000

Page 289: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

63. General Ledger

1000 pages Kohinoor/ Lion/ Rizwan or equivalent

01 1000 1000

64. Cash Book 800 Leaves Kohinoor/ Lion/ Rizwan or equivalent

01 1000 1000

65. Gel Pen for officers

Pilot Grip V7 , piano or equivalent

24 70 1680

66. Computer paper

A4 Size (for IT department) AA/BLC/PPC

135rim 544 73440

67. Sticking notes Small 100 10 1000

68. Patient file plastic

Double clip If required

70 0

69. Ink for pen for officers

Pelikan, 4001 2fl.oz 62,5ml Torqoise blue, dollar Torqoise blue of same specs as above or equivalent

4 400 1600

Total 657838

SIGNATURE & STAMP OF BIDDER _____________________________ NAME OF BIDDER: ____________________________________

Page 290: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

TENDER FOR PRINTING ITEMS

FOR THE YEAR, 2017-18

SR. NO.

NAME OF ITEM SPECIFICATION Estimated

Quantity

Unit Price

Estimated Price

1. Admission sheet. White 13 ½ x 17 100 sheets pad 68gm paper flying/h. Glaze both side printing

100 110 11000

2. Admission sheet Green 13 ½ x 17 100 sheets pad 68 gm paper flying/h. Glaze color bound.

30 110 3300

3. Admission sheet pink both side printing 68gm glaze paper 13 ½ x 17 “ 100 sheet pad

30 110 3300

4. Admission register. 300 leaves size 8 ½ x 13 ½ 68gm paper flying with nos. Paging

20 450 9000

5. Blood group card Size 4 x 3 ½ printing on 150 gm art card 3561 2 7122

6. B-2 form Size 6 ½ sheet pad 68gm h/finish paper.

Urdu/english printing

300 40 12000

7. Consumption registers

Large paper size 13 ½ x 17 200 leaves 68 gm h/finish paper proper paging numbers

40 350 14000

8. Continuation sheet Pad size 8 ½ x 13 ½ both side printing 68 gm h/finish paper.(prescription order form)

500 52 26000

9. Compatibility card 110gm auri card size 5 ½ x 6 ½. 2000 3 6000

10. Drugs sheet pad (Treatment ticket)

10 x 15 printing on 68 gm h/finish paper both sides.

300 58 17400

11. Death certificates book

Carbon free book 5 x 7 ½ size 68gm paper triplicate first white second pink third yellow with controlled numbers

20 120 2400

12. X-Ray envelopes Size 15 x 18 80gm golden brownwith printing as

per sample

6000 5 30000

13. Emergency book (small ticket book)

Carbon free 8 ½ x 6 size 100 sheets book 68gm h/finish paper

400 75 30000

14. Eye card. 4 ½ x 7” printing on 110gm art card 400 2 800

15. F-9 form Size A4 80 gm one side printing on ledger paper 100 sheets pad.

10 100 1000

16. F-2 form Size A4 one side printing 80gm 100 110 11000

17. Fluid Balance Sheet 13 x 8 ½ both side printing 100 sheets pad 68 gm flying/h. Finish paper.

400 50 20000

18. Log book Size 8 ½ x 13 ½ both side printing on 68 gm white paper 100 sheet pad with paging numbers

10 130 1300

19. List of anesthesia medicines

White 68gm paper 8 ½ X 13 ½ SIZE 100 45 4500

20. List of operation medicines

Pink 68gm paper 8 ½ X 13 ½ SIZE 100 45 4500

21. Diet charges pad Size 8 ½ x 13 ½ 68 gm h/finish paper 50 60 3000

22. Minutes of purchase committee

Size 8 ½ x 13 ½ 68gm h/finish paper 20 50 1000

23. Nursing report pad Size 13 x 8 ½ 100 sheets pad 68 gm h/finish paper both side printing

250 50 12500

24. OPD register. 500 leaves size 13 ½ x 8 ½ 68gm h/finish paper with numbering

20 300 6000

25. Operation List size 8 ½ x 13 ½ 55gm high finish paper 100 52 5200

26. Pay bill for doctors Size 8 ½ x 13 ½ 68gm h. Finish 25 52 1300

Page 291: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

27. Re-imbursement register

500 leaves 13 ½ x 8 ½ with numbering 68g paper both side printing

2 360 720

28. Stock register 600 pages

Size 13 ½ x 8 ½ 68gm white papers with proper index and numbering.

40 445 17800

29. Stock register 300 pages.

Size 13 ½ x 8 ½ 68gm white paper with proper index and numbering

35 330 11550

30. Salary registers 400 pages.

15 ½ x 10 as per sample with proper index and numbering on ledger paper

10 300 3000

31. Temperature sheets Size 13 ½ x 8 ½ 68 gm h/finish paper 300 52 15600

32. Summary pad. Size 13 ½ x 8 ½ 100 sheets pad h/finish 68 gm paper

20 60 1200

33. Re-imbursement pad. 13 x 8 ½ 100 sheets pad 68 gm h/finish paper 50 55 2750

34. Daily Med. Book. Carbon free Size 8 ½ x 13 duplicated 2/100 first white 68gm second pink 68g m

250 128 32000

35. X-Ray book Carbon free Size 13 x 8 ½ triplicate first white color printing second sky blue third yellow 68 gm paper

675 170 114750

36. Weekly indent book Size 13 x 8 ½ duplicated 2 x 100 first white 68gm second pink 68gm

150 80 12000

37. Laundry book 12 x 13 ½ in triplicate first white 68 gm second pink 68 gm third yellow 68 gm (3x100)

50 76 3800

38. Emergency treatment book

Carbon free Size 11 x 8 duplicated (2x100) first white 68 gm second pink 68gm.

300 118 35400

39. F-10 book. Carbon free 13 x 8 ½ in triplicate (3x100) first white 68 gm second pink 68 gm third yellow 68gm

50 158 7900

40. M-16 book Carbon free 7 x5 (3x100) first white 68gm second pink 68gm third yellow68gm. Triplicate

100 150 15000

41. Discharge book 4- pages

Carbon free size 11 x 8 ½.First white 68gm second pink 68g third yellow 68 gm fourth green 68gm

300 150 45000

42. Staff treatment book Size 7x5 (2x100) duplicated first white 68 gm second 68 gm. Third 68gm

20 76 1520

43. Demand book Carbon free duplicated (2x100) first white 68 gm second pink 68 gm.

120 150 18000

44. M-20 book three pages (outdoor)

Carbon free book Size 6 ½ x 5 ½ first white 68gm second pink 68 gm third yellow68gm outdoor.

100 90 9000

45. M-20 book three pages (indoor)

Carbon free book Size 6 ½ x 5 ½ first white68gm second pink 68 gm third yellow 68 gm indoor.

150 90 13500

46. Leave book Carbon free book Size 8 x 6 ½ 68gmtriplicate (3x100) first white68gm second pink 68 gm third yellow 68 gm

100 150 15000

47. Dialysis flow sheets Size 8 ½ x 11 ½ 68 g 100 55 5500

48. Supply order small Size 8 ½ x 6 ½ 68gm h. Finish paper. 150 45 6750

49. Lab investigation

form

6 ½ x 9 68 gm 1000 35 35000

50. Urine report pads. 6 ½ x 8 68gm paper 250 35 8750

51. Monthly statement For opd

8 ½ x 13 high finish 68gm 20 85 1700

52. Patient’s entry register for X-Ray department

68gm paper size 8 ½ x 13 ½ 500 pages. 10 460 4600

53. Culture pad. 6 ½ x 8 68gm paper 50 40 2000

Page 292: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

54. Diabetic chart 13 x 8 ½ 68gm high finish paper 100 sheets pad 80 60 4800

55. Joining report pad 6 ½ x 8 80gm paper. 50 40 2000

56. Duty slip 4 x 4 ½ size 68gm paper. 50 61 3050

57. Purchase registers 13 ½ x 8 200 pages 68gm paper. 20 260 5200

58. Antenatal card. 6 ½ x 9 ½ size 110gm art card as per sample 300 3 6000

59. Paper printing as per sample.

13 ½ x 8 ½ size 68gm 0 59 0

60. Paper printing as per sample.

13 ½ x 8 ½ size 55gm 0 59 0

61. Paper printing as per sample.

10 x 8 ½ size 68gm 0 60 0

62. Paper printing as per sample.

6 x 8 ½ size 68gm 0 60 0

63. 10 x 8 ½ triplicate book

Carbon free First white 68gm second pink 68gm third yellow 68gm printing as per sample.

0 150 0

64. F-6 book Size 10 x 8 ½ first white 68gm second pink 68gm third yellow 68gm printing as per sample.

10 150 1500

65. Investigating plain pad

6 ½ x 8 68gm paper 300 35 10500

66. Blood chemistry pad

9 x6 ½ 68 gm paper 300 35 10500

67. Income tax register Legal size 200 pages with numbering 10 275 2750

68. Pension form Legal size 68 gm paper 50 76 3800

69. Diet Charges register 600-pages 68gm paper 20 390 7800

70. Lab. Registers 400-pages 68gm paper 50 230 11500

71. Supply order Size 8 x13 68gm h. Finish paper.with lines 50 59 2950

72. F-13 Books 13 x8 size 100x3 pages triplicated 68gm(1 white,

2 pink, 3 yellow )

20 160 3200

73. Birth certificate book 8 ½ x 6 ½ 68gm 20 82 1640

74. Dead Stock register 8 ½ x 13 size 300 pages 68gm with proper index and numbering

0 452 0

75. Dead stock register 8 ½ x 13size 200 pages 68gm with proper index and numbering

0 310 0

76. Controlled documents register

13x 8 size 68gm (250) pages with numbering. 5 400 2000

77. Audit note book. Duplicate 1st White, 2nd yellow 68gm Size 11 x 8 5 200 1000

78. Quality & Quantity certificate

6 ½ x 8 68gm paper (as per sample) 100 59 5900

79. F-16 monthly Accounts statement pad

Legal size 68gm (as per sample) 10 75 750

80. Hepatitis clinic card 6x7 110gm art card (as per sample) 300 2 600

81. Serology report pad 6 ½ x 8 68gm (as per sample) 400 50 20000

82. Lab follow up chart 100 sheet pad

8 ½ x 13 ½ 68gm (as per sample)

100 59 5900

83. Advance register 200 pages 8 ½ x 13 ½ 68gm (as per sample) 10 400 4000

84. Ct Scan envelope (Printed) 17 ½ x 15 golden brown 800 10 8000

85. Reimbursement Form ABC

8 ½ x 13 ½ 68gm (Form “A” pink, Form “B” green , Form “C” yellow) printing as per sample

30 60 1800

Page 293: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

86. Reimbursement Recovery Letter 1

-68gm8 ½ x 13 ½ printing as per sample 30 60 1800

87. Reimbursement Recovery Letter 2

-68gm8 ½ x 13 ½printing as per sample 30 60 1800

88. Dengue Fever Book triplicate

All 68gm paper 8 ½ x 13 ½ Ist white 2ND pink 3rd yellow

50 80 4000

89. Physiotherapy card 6 x7110gm art card(as per sample) 500 2 1000

90. DMS duty register 200 pages (as per sample) 5 150 750

91. File cover for office (Fine quality with eye hole on the top left VIP with hospital monogram as per sample ) size 9 ½ x 13 ½ 300 gm imported card with tape in centre

1200 10 12000

92. File cover printed for patients

250 gm local card with two imported clip with tape inside centre of file printing as par sample

15000 12 180000

93. Gate register for Ambulances

200 pages 68gm paper 9x13 size 10 250 2500

94. Receipt consent form 9 x 11 ½ 68gm paper 100 85 8500

95. Daily Cross match pad

9 x 11 ½ 68gm 50 85 4250

96. Debit credit note book triplicate

8 x10 1st white ,2nd pink,3rd yellow 68gm 10 116 1160

97. Bill receipt form/pad 8x4 68gm 50pad 15 750

98. Bill movement register

10x15 size 200 pages 68 gm paper 30 200 6000

99. History of bill pad A4 size 200 pages pad 68 gm paper 30 150 4500

100. Pension register 300 pages A4 size 68 gm paper 10 150 1500

101. Pension book 4x5 size 150 gm card with 12 pages 50 50 2500

102. MS letter head pad (Manager Paper) A4 size 10 60 600

103. Call to Nursery pad 10 x 7 H/finish paper 55gram 100 50 5000

104. Patient monitoring chart pad

12 x 8 100 sheets H/finish paper 55gram 100 74 7400

105. Blood bank cross

match register

300 pages 8 ½ x 13 ½ size 10 340 3400

106. Delivery note pad 10 x 7 H/finish paper 55gram 50 55 2750

107. Partogram pad 10 x 6 ½ H/finish paper 55gram 50 60 3000

108. Patient informed consent form

No.1 10 x 8 H/finish paper 55gram 100 50 5000

109. Tasurati Form 11 x 8 H/finish paper 55gram 100 50 5000

110. Permission form for operation

No.2, 10 x 8 H/finish paper 55gram 150 55 8250

111. Permission form for Anaesthesia

No.3, 10 x 8 H/finish paper 55gram 100 55 5500

112. Pre Anaesthesia Pad 13 x16 H/finish paper 55gram(Both side printing) 100 60 6000

113. Histopathology Lab. Form

(FNA Procedure) 11 x 9 H/finish paper 55gram 0 70 0

114. Histopathology Lab. (referral) form 11 x 9 H/finish paper 55gram 0 70 0

115. Consent form blood component

transfusion 10 x 8 H/finish paper 55gram 100 50 5000

116. Donor consent form pad

8 x 6 ½ H/finish paper 55gram(Both side printing) 50 44 2200

Page 294: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

117. Transfusion Reaction Report

10 x 8 H/finish paper 55gram 100 50 5000

118. Blood Requisition Form

10 x 7 H/finish paper 55gram (Both side printing) 180 50 9000

119. Permission Form for doctor

No.4, 10 x 8 H/finish paper 55gram 100 50 5000

120. Permission Form for hospital admission

No.5, 10 x 8 H/finish paper 55gram 300 50 15000

121. Discharge Slip Pad 10 x 7 H/finish paper 55gram 10 55 550

122. High Risk Medication 10 x 8 H/finish paper 55gram 80 55 4400

123. Lama Declaration 10 x 7 H/finish paper 55gram 10 55 550

Total 1142162

Page 295: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Rate Contract for

Medical Equipment Accessories / Spare Parts

Page 296: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

BIDDING DOCUMENT

FOR PURCHASE OF

BIO-MEDICAL EQUIPMENT’S

ACCESSORIES & SPARE PARTS

FOR NAWAZ SHARIF SOCIAL

SECURITY HOSPITAL

MULTAN ROAD, LAHORE.

FINANCIAL YEAR 2017–18

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD, LAHORE.

Page 297: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 07-06-2017 (11:00 A.M.) DATE OF OPENING: 07-06-2017 (11:30 P.M.) Delivery Period: Bid Security: 5% of estimated price in shape of CDR in favor of Medical Superintendent

Nawaz Sharif Social Security Hospital Multan Road, Lahore.

SUBJECT: TERMS & CONDITIONS REGARDING PURCHASE OF BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS

FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD, LAHORE.

Technical specifications for the purchase of Bio-Medical Equipment’s

Accessories & Spare Parts for Nawaz Sharif Social Security Hospital Multan Road,

Lahore.

Instructions to the Bidders & other terms & conditions are detailed in the

Bidding Document available at PPRA Website, www.ppra.punjab.gop.pk & PESSI

Website, www.pessi.gop.pk .

No. NSSSHL/Estt/2017/________ Dated: _____ June, 2017

M/s. ______________________

__________________________

__________________________

MEDICAL SUPERINTENDENT

Page 298: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

LIST OF BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS WITH TECHNICAL

SPECIFICATIONS TO BE PROCURED FOR THE FINANCIAL YEAR 2017-18.

Sr. # DESCRIPTION Make & Model MAKE & COUNTRY OF

ORIGIN

Specificati

on

Tentative Quantity 2017-18

Estimated price per

unit

Total Estimated Cost

1. ECG Lead for Cardiac Monitor & vital sign Monitor (5 Leads)

Nihon Kohden BSM-2353-K

Compatible 5 Leads 10 4600/- 46000/-

OMNI (Infinium Medical) 15 4800/- 72000/-

2. Ecg Lead for ECG Machine

Compatible standard 10 4500 45000/-

3. SpO2 Lead finger sensor for Cardiac Monitors & Vital Sign Monitors (Neonatal, Peads & Adult sizes)

OMNI (Infinium Medical) Compatible 3 Meter Length

25 5500/- 137,500/-

Nihon Kohden BSM-2353-K

10 5000/- 50000/-

4. SpO2 Lead finger sensor for Pulse oximeters (Neonatal, Paeds, Adult sizes)

Criticare 504 DX

Compatible 3-meter Length

03

5000/- 15000/-

USA Pacetech

03 5000/- 15000/-

China Pulse Oximeter 05 4000/- 20000/-

5. NIBP cuff Bladderless (Adult, Paeds & Neonatal) single Line for vital sign Monitors & cardiac Monitors.

China China / Taiwan Bladderless Single Line

50 900/- 45000/-

Page 299: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

6. NIBP Extension Cable for vital sign Monitors & Cardiac Monitors

China/ compatible China / Taiwan 03 Meter Length

10 1900/- 19000/-

7. Back up Battery for Cardiac Monitors Nihon Kohden 12V-3700 mAh.

Nihon Kohden BSM-2353-K

Compatible 12V-3700 mAh.

05 6000/- 30000/-

8. Back up Battery for Cardiac Monitors OMNI 12V 2300 mAh

OMNI (Infinium Medical) Compatible 12V 2300 mAh

20 4500/- 90000/-

9. Back up Battery for ventilator

Neumovent Graph Compatible 8,10 volts 05 6500/- 32500/-

10. Back Up Battery for Mammography

Japan Compatible 12v 45Watt/Cell Valve regulated Battery Sealed lead acid type. Rechargeable

24 4500 108000

11. B

a

t

Back Up Battery for Gamma Camera

Japan Compatible 12v 45Watt/Cell Valve regulated Battery Sealed lead acid type. Rechargeable

40 4500 180000

12. Back up Battery for tourniquets

ATS 1200 Compatible 12volt 2.3 Ah

02 4500/- 9000/-

Page 300: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

13. Back up Battery for ophthalmoscope

Wellch Allyn 3.5v 1000 mAh

original 3.5v 1000 mAh

02 17000/- 34000/-

14. Back up Battery for Otoscope 3.5V NiMH

Wellch Allyn 3.5V NiMH original 3.5V NiMH 02 16500/- 33000/-

15. Syringe pump battery 12v/2Ah

Atom, Terumo Compatible 12v/2Ah 10 3500/- 35000/-

16. Battery for Blease Anesthesia machine Ventilator 12 v*2Ah

Blease Focus Model 6500 Compatible 12 v*2Ah 06 4500/- 27000/-

17. Battery for Blease Anesthesia machine Ventilator

Blease frontline Model 8200S

Compatible As Per Sample

02 4500/- 9000/-

18. Blease Focus Anesthesia Machine Flow Sensor

Blease focus Model 6500 Blease USA As Per Sample

06 32000/- 192000/-

19. Blease Focus Anesthesia Machine Flow Sensor

Blease Frontline Model 8200S

Blease USA As Per Sample

02 28000/- 56000/-

20. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease focus Model 6500 Blease USA As Per Sample

04 29000/- 116000/-

21. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease Frontline Model 8200S

Blease USA As Per Sample

01 29000/- 29000/-

22. Oxygen sensor for Blease Focus Anesthesia Machine

Blease focus Model 6500 Blease USA As Per Sample

05 25000/- 125000/-

23. Oxygen sensor for Blease Focus Anesthesia Machine

Blease Focus Model 8200S

Blease USA As per sample

01 30000/- 30000/-

24. Electric Element 2000 watt

Local Local 2000 watt Copper

20 500/- 10000/-

Page 301: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

25. Diathermy Lead Foot Controlled reusable (As Per connector sample)

Martin MEMB-2 China / Taiwan (compatible)

Reusable / Autoclave able/ As Per Connector Sample

04 4500/- 18000/-

Solid State Diathermy 01 4500/- 4500/-

Erbe 02 6000/- 12000/-

Vallylab 02 6500/- 13000/-

Local 02 4500/- 9000/-

26. Diathermy lead bipolar reusable autoclave able with forceps

Martin MEMB-2 China / Taiwan (compatible)

Reusable / Autoclave able / with Forceps / As per Connector Sample

04 8000/- 32000/-

Solid State Diathermy 01 8000/- 8000/-

Erbe 02 7000/- 14000/-

Vallylab 02 7000/- 14000/-

Local 02 7000/- 14000/-

27. TUR lead for diathermy machine

Martin MEMB-2 China / Taiwan (compatible)

As per Sample

02 6000/- 12000/-

Classen 02 6000/- 12000/-

Erbe 02 6000/- 12000/-

28. Diathermy earth plate silicone rubber type flexible with lead and Connector

Martin MEMB-2 Compatible

Silicon Rubber, Flexible with lead and connector

04 12000/- 48000/-

Classen 04 12000/- 48000/-

Erbe 04 12000/- 48000/-

Vallylab 04 12000/- 48000/-

Local 04 12000/- 48000/-

29. Diathermy paddle with lead

Martin MEMB-2 China / Taiwan (compatible)

With lead and respective connector / repairable

02 10000/- 20000/-

Classen 02 10000/- 20000/-

Erbe 02 10000/- 20000/-

Vallylab 02 10000/- 20000/-

Local 02 10000/- 20000/-

30. O.T lights bulb 24v/50watt

DKK Imported 24v/50watt 20 2400/- 48000/-

31. O.T lights bulb 22.8v/40w

Merilex Imported 22.8v/40w 15 3000/- 45000/-

32. O.T lights bulb15v/150w

OSRAM Germany 15v/150w 50 1250/- 50000/-

Page 302: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

33. Eye operation microscope 15v150w

TAKAGI Germany 15v150w 25 2200/- 11000/-

34. Eye slit lamp OLYMPUS Compatible As per Sample

25 2500 62500/-

35. Ophthalmoscope lamp

WELLCH ALLYN Compatible As per Sample

02 2200/- 4400/-

36. Otoscope lamp Welch Allyn Compatible As per Sample

02 2200/- 4400/-

37. Retinoscope lamp Heine China / Taiwan As per Sample

02 2000/- 4000/-

38. Outlet Points for Oxygen, Nitrogen, Air and Vacuum

BS Standard USA , ECC BS Standard/ Repairable

40 No’s 9000/- 360000/-

39. Oxygen Flow meter wall mounted for central gas supply with humidifier Bottle with safety valve.

Taiwan Taiwan As per Sample

20 No’s 4200/- 84000/-

40. Suction pipe silicone per ft.

Imported China / Taiwan Silicon 200 ft. 450/ft. 80000/-

41. Laryngoscope with four blade Peads / Adult

Local Local Local Fiberoptic

05 13000/- 65000/-

42. Ambo bag (Pediatric & Adult)

China China / Taiwan Silicon

20 5000/- 100000/-

43. B.P Apparatus desk type

China China / Taiwan Mercury 20 2800/- 56000/-

44. B.P Apparatus stand type

China China / Taiwan Mercury 10 6000/- 60000/-

45. Stethoscope China China / Taiwan 30 350/- 10500/-

Page 303: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

46. NIBP Cuff Dual Line with Bladder (All Sizes)

China China / Taiwan 100 450/- 45000/-

47. Mercury Imported Imported 2kg 18000/kg 36000/-

48. ECG limbs electrode (set of four) Clamp type with color coding: red, green, yellow and black

China China / Taiwan

With Color Coding, Clamp type, Set of Four.

10 Sets 2000/- 20000/-

49. ECG chest electrode with rubber ball (set of six)

China China / Taiwan 15 sets 800/- 12000/-

50. Hydraulic Oil for Suction Machines and OT Tables

Hydraulics China / Taiwan As per Sample

10Ltr 1000/liter 10000/-

51. Soldering Wire Decent China / Taiwan Conti-core /Decent or Equivalent

2 kg 4600/kg 9200/-

52. Safety Valve for Autoclave

Local Compatible As Per Sample

06 Pcs 2000/pc 12000/-

53. Pressure Gauge for Autoclaves

China / Taiwan China / Taiwan As Per Sample

06 700/- 4200/-

54. Autoclave Door Locks with Installation (Bolts with Receptacle)

Local Local As Per Sample

16 3000/pair 48000/-

55. Power Adaptors for Pulse Oximeter

Criticare Compatible As Per Sample

03 1500/- 4500/-

56. Ultra Violet Tube Rods

Philips Philips Ultraviolet 20 4500/- 90000/-

Page 304: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

57. Photo-Therapy Rods Philips Philips TL-52 / 20W 20 3000/- 60000/-

58. Photo Therapy Chokes

Philips Philips 220v* 20W 10 600/- 6000/-

59. Autoclave gasket silicone

China / Taiwan China / Taiwan As Per Sample

02 13500/- 27000/-

60. Nebulizer machine Italy Italy As Per Sample

10 5000/- 50000/-

Page 305: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

CHECK LIST (MANDATORY TO FILL & COMPLY)

Sr. # DETAIL YES / NO PAGE #

1. Original receipt for purchase of tender (F-6)

2.

5% Bid Security of the estimated price in the form of

CDR/Bank Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid)

3. Bid Validity Period 90 days

4.

Acceptance of terms and conditions of tender documents

duly signed and stamped.

5.

An affidavit on stamp paper of Rs. 100/- submitting

following clauses:

I) that replacement of defective Bio-Medical

Equipment’s Accessories & Spare Parts under

warranty shall be done;

II) that the firm is never black listed on any grounds

what so ever.

6. Bid Price should not be mentioned on technical bid.

7.

Copies of valid CNIC, Professional Tax Clearance

Certificate, National Tax Number and General Sales Tax

Number Certificates.

8. List of quoted products supplied to Govt./private sector.

9.

Copies of Supply orders over last two years to Govt.

/private sector.

10.

Last 2 years tax returns, audited balance sheet & bank

statement / Bank Certificate

Note:

1- Fill in the check list properly/completely along with the page marking of the

documents enclosed.

2- Technical Bids should be submitted with proper binding, page marking and index.

Page 306: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

INSTRUCTIONS TO BIDDERS (ITB)

General Instructions

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

(a) Technical Specifications; (b) Check List (mandatory to fill & comply); (c) Instructions to Bidders (ITB); (d) Bid Form and (e) Price Schedule.

1.2 The Bidder is expected to examine all instructions, forms, terms and specifications in

the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.

2. Source of Funds 2.1 The Nawaz Sharif Social Security Hospital Multan Road, Lahore (NSSSHL) has allocated for purchase of Bio-Medical Equipment’s Accessories & Spare Parts under the relevant head of Account during the financial year 2017-2018 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization.

3.2 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if: -

i. Received without earnest money from any firm. ii. It is received after the time and date fixed for its receipt. iii. The tender is unsigned iv. The offer is ambiguous. v. The offer is conditional. vi. The offer is from a firm, black listed, suspended or removed from the approved

list. vii. The offer is received by telegram/fax. viii. Offer received with shorter validity than required in the tender enquiry. ix. The offer is for store not conforming to specification indicated in the tender

enquiry. No counter offer will be accepted. 4. Eligible Goods and Services 4.1 All goods and related services to be supplied under the contract shall have their origin in

eligible source Countries. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject

of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, after sale service etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components.

Page 307: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not 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.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.

8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial & technical capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices

Page 308: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency:

A. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the procurement process or in Contract execution; and

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

B. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm negligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids

10. Language of Bid

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

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

(a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

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

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

12. Bid Form and Price Schedule

12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, taxes, quantity and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the goods; it proposes to supply. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/correction must be initialed. Every page is to be signed and stamped at the bottom. 13.3 The Bidder should quote the price of the goods according to the technical specifications. The specifications of goods, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. The prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price shall be

Page 309: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Conditional offer shall be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted.

14. Bid Currencies 14.1 Price shall be quoted in Pak Rupees.

15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 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 as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include:

(a) National Tax Number (NTN), Professional Tax Certificate and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(b) The Bidder/Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement, the Bidder shall be disqualified forth with and subsequently black listed.

(c) The Bidder should have minimum two years’ experience in the market, as specified for relevant equipment. Similarly, it is mandatory that the item to be quoted by the Bidder/Manufacturer should have already been used in different public/private Institution/hospitals. Documentary proof shall have to be provided in this regard.

(d) The Bidder must indicate the country of origin of the goods & necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification).

(d) The Bidder shall provide firms’ balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one-year bank statement.

(e) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific products for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives.

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

Page 310: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of the good, which the Bidder proposes to supply. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered, with a certificate of origin issued by the Manufacturer. 16.3 Submission of samples, to be recorded in writing, which the bidder shall provide & demonstration to the end user, if desired. 17. Bid Security 17.1 5% Bid Security of the estimated prices in the form of CDR/Bank Draft will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited. 18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after 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. 18.2 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 reasons 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. Such extension shall not be for more than the period equal to the period of the original bid validity. 18.3 Bidders who;

(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids

19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initiated by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids

20.1 The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an OUTER ENVELOPE.

20.2 The inner and outer envelopes shall:

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

Page 311: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

b) bear the Institution’s name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder 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. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the Bidder. Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure (under Punjab Procurement Rules 2014)

24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied:

(i) the bid shall be a single package consisting of two separate envelopes, containing

separately the technical and the financial proposals; (ii) the envelopes shall be marked as “Technical Proposal” and “Financial Proposal”; (iii) in the first instance, the “Technical Proposal” shall be opened and the envelope marked

as “Financial Proposal” shall be retained unopened in the custody of the procuring

agency; (iv) the procuring agency shall evaluate the technical proposal in the manner prescribed in

advance, without reference to the price and shall reject any proposal which does not

conform to the specified requirements; (v) during the technical evaluation no amendments in the technical proposal shall be

permitted; (vi) after the evaluation and approval of the technical proposals, the procuring agency shall

open the financial proposals of the technically accepted bids, publically at a time,

date and venue announced and communicated to the bidders in advance, within the

bid validity period;

(vii) the financial bids found technically non-responsive shall be returned unopened to the

respective bidders; and

Page 312: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

(viii) the lowest evaluated bidder shall be awarded the contract;

Opening and Evaluation of Bids

25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time and on the date specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process.

25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details shall be announced at the opening of technical proposal by the Procuring Agency. No bid shall be rejected at technical proposal/bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening of financial proposals, the bid prices and other details shall be announced by the Procuring Agency. (The date & time of opening of financial proposal would be announced later on, after the evaluation of the technical bids).

25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. 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. 27. Preliminary Examination

27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical

errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.

27.3 The Procuring Agency may waive any minor informality, nonconformity, or

irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring

Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 313: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/bid shall be on the basis of previous performances, test reports, inspection of plant/factory/premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents.

28.4 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.

28.5 A bid once opened in accordance with the prescribed procedure shall be subject

to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks or as decided by the Procuring Agency during evaluation would be declared technically accepted.

i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) 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 mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria

For the purposes of evaluation, the word “Products” would mean the specific items included in the bidders bid, the specific make and model the bidder is including in the bid.

The Products to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the products and as determined by the procuring agency.

Page 314: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

PART-A: ASSESSMENT FOR ELIGIBILITY

Sr. # DESCRIPTION YES/NO PAGE #

1. 3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

2. 4. Minimum One year (01) business history from the date of registration of products

3. At least one Certificate out of the following: FDA, CE, JIS & ISO.

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

Sr. # ASSESSMENT PARAMETERS MARKS

1. References of quoted item supplied in Public / Private Organizations. Public Organizations.

i. 1 to 04 04

ii. 5 to 10 08

iii. More Than 10 12

Private Organizations.

i. 1 to 04 02

ii. 5 to 10 04

iii. More Than 10 08

Supporting documents including name, Model of quoted item, Institutions where supplied with quantity must be attached.

20

2. Financial Soundness of the Firm i. Tax Returns (Last 2 Years)

(copies to be attached) 05

ii. Bank Certificate showing annual turnover 1-2 Million

05

iii. Bank Certificate showing annual turnover more than 2 Million

10

iv. Last two years audited balance sheet (copies to be attached)

05

If balance sheet and bank statements both are deposited, then only marks of balance sheet (12 marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms.

20

3. Establishment of company/firm with reference to the Services.

More than 05-years = 20

03-05 years = 10

01-03 years = 06

20

4. Product Certification a) Certificates FDA, CE(MDD)/JIS(MHLW) any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10

20

5. Brand Make and Model of the Product 10

Page 315: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

a) local product with i- International market = 10 ii- only local market = 08 b) Foreign product i- In two or more continents = 10 ii- In single continent = 8

6. Length of Registration of Products 01-05 Years = 04 06-10 Years = 08 More than 10 Years = 10

10

TOTAL 100

Note: Acceptable Bids must score minimum of 70% marks. 29.3 Financial proposals would be evaluated as follows:

i) Incomplete bid shall stand rejected. ii) Minor oversight, clerical mistakes, other minor

inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the tender is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Tender Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid or proposal. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 31.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation in the form of a report giving justification for acceptance or rejection of bids at least ten days prior to the award tender.

Page 316: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Award of Tender

-. 0 34. Acceptance of Bid and Award Criteria

34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Tender, within the original or extended period of bid validity.

35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of award of tender to increase or decrease, the quantity of goods originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36. Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014.

37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 After ONE week of receipt of the registered letter to the successful bidder that its bid has been accepted, the procuring agency can issue supply order(s) according to the needs of hospital. 38. Performance Security 38.1 The 5% Bid Security of the successful bidder will be retained as Performance Security by the Procuring Agency (The bid security of unsuccessful bidders will be returned on written request on letter head of the firm). 38.2 In case the supplier fails to supply the stores or stores according to the specs of the procuring agency &/or samples provided by him, the 2% Performance Security of the supplier shall be forfeited. 39. Late delivery. 39.1 The supplies shall be delivered within 14 days after the receiving of supply order. In case

of late delivery of stores i.e. after 14 days, penalty @ ½ % per week of the cost will be imposed.

40. Redressal of grievances by the Procuring Agency. 40.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur. 40.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule 35.

40.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 40.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 40.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction.

Page 317: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

General Conditions of Tender (GCT)

1. Definitions a. “The Good(s)” means Bio-Medical Equipment’s Accessories & Spare Parts

which the Supplier is required to supply to the Procuring Agency. b. “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 Institute/Hospital, transportation of goods up to the desired destinations and other such obligations of the supplier.

c. “The Procuring Agency” means The Nawaz Sharif Social Security Hospital. d. “The Supplier” means the individual or firm supplying the goods.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Bidding Document. 3. Standards 3.1 The goods supplied shall conform to the standards mentioned in the bidding document/Technical Specifications & samples supplied by the firm at the time of opening of Technical Proposal. 4. Use of Documents and Information 4.1 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 5. Patent Rights 5.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 6. Inspections and Tests. 6.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 6.2 For the purpose of inspections and tests of Bio-Medical Equipment’s Accessories & Spare Parts. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. 6.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 7. Physical Examination/ Inspection of Goods 7.1 The goods shall be acceptable subject to physical inspection, tests and/or in accordance with the approved specifications as decided by the Procuring Agency. 8. Warranty 8.1 A warranty according to the type of good will be provided by the firm. 9. Payment 9.1 The method and conditions of payment to be made to the Supplier shall be specified in SCT. The currency of payment is Pak. Rupees which will be paid after installation, inspection report by the Inspection Committee & quality and quantity certificate by the end user.

Page 318: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

10. Prices 10.1 Prices charged by the Supplier for goods delivered shall not vary from the prices quoted by the Supplier in its financial bid and shall remain the same till expiry of the tender period i.e. till 30 June 2018. 10.2 If at any time the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for supply of goods with or without liquidated damages. 11. Penalties/Liquidated Damages 11.1 If the Supplier provide substandard item(s) or fail to provide the item(s) the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 12. Arbitration and Resolution of Disputes 12.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them. 12.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 12.3 In case of any dispute concerning the interpretation and/or application of this Biding Document shall be settled through arbitration. Medical Superintendent Nawaz Sharif Social Security Hospital 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. 13. Applicable Law 13.1 This bidding document shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 14. Notices 14.1 Any Notice given by one party to the other pursuant to this biding document shall be sent to the other party in writing and confirmed to other party’s address specified in SCT. 14.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Special Conditions of Tender (SCT) 1. Cash receipt (in original or photo copy) as token of having purchase the tender, must

accompany the offer.

2. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the bid security will be forfeited besides other punitive action.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be

ignored. 4. Rates should be quoted in Pak rupees, including all taxes. 5. Offer of the firm not quoting rates both in word and figures shall be ignored. 6. Attested copy of any registration certificate held by the company may be attached.

Page 319: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

7. The bidder will certify that the price quoted against the tender is/are not more than the

prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

8. The bidders must certify that:

a) The firm will make sure that the Bio-Medical Equipment’s Accessories & Spare Parts should be manufactured/made/packed in the country of origin.

d) In case, any imported Bio-Medical Equipment’s Accessories & Spare Parts is being provided locally then the same shall be clearly mentioned separately in the quotation.

9. The Medical Superintendent reserves the right to wave off/relax any department tender

enquiry condition of any particular offer at any stage, in the public interest. 10. If any part is not genuine and it comes to the knowledge of the procuring agency, it will

be entitled for re-claiming or replacing and also damages for it. Institution reserves the rights to blacklist the firm.

11. 5% Bid Security will be taken as Performance Security from the successful bidder in the shape of CDR. 12. Inspection authority will be the Inspection Committee of the Nawaz Sharif Social

Security Hospital. Inspection on receiving the consignment before installation will be done. The Committee will be responsible for inspecting the consignment to certify that store is in accordance with the supply order.

13. 100% payment will be made by the Medical Superintendent, Nawaz Sharif Social

Security Hospital on production of satisfactory inspection and installation report duly signed by the BME & Quality and Quantity Certificate by the End User.

14. Manufacturer/Supplier shall be responsible for rectifying with all possible speed

at their own expense any defect or fault in the Bio-Medical Equipment’s Accessories & Spare Parts which may develop or free of charge repair/replacement will be provided if the item will be faulty. In case of failure, the firm may be blacklisted.

15. Place of delivery As per detail to be mentioned in the supply order.

Supplier’s Address for notice purpose Procuring Agency’s

…………………………….. for notice purpose shall be the

……………………………..

MEDICAL SUPERINTENDENT

Nawaz Sharif Social Security Hospital Multan Road Lahore.

Page 320: Punjab, Pakistan - BIDDING DOCUMENTS OF …eproc.punjab.gov.pk/BiddingDocuments/71357_BIDDING...Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation

Price Schedule

(Good(s) to be procured under DDP/Free delivery at consignee’s end basis)

Name of Bidder _____________________________________________________

Tender No. ___________

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

Sr. No. (As listed

in invitation of bid )

Name of Item

(As listed in invitation of

bid)

Make / Model and country of Manufacturer

and origin

Specifications (Complete

Details) Qty.

Unit Price (Rs.)

Sale and other taxes

(Specify the type and

kind of taxes

applied)

Total Cost (Rs.)

1.

2.

3.

Grand Total