punjab, pakistan - bidding documents of...
TRANSCRIPT
BIDDING DOCUMENTS
OF
ANNUAL TENDERS 2017-18
FOR
NAWAZ SHARIF
SOCIAL SECURITY HOSPITAL
MULTAN ROAD LAHORE
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
Rate contract for medical store /
pharmacy
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. ___________________________________________
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 __________________
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
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;
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.
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
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%
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; ______________________________
X-Ray Films, Chemicals and CT
Scan
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. ___________________________________
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: _______________
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
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
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.
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
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
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/-
Rate contract for sale of
Used Fixer Water
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
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
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
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.
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.
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.
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
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.
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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________________________
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: ___________________________
Rate contract for Dialysis
Disposables items
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. ____________________________________________
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 __________________
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.
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.
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 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
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.
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/-
Rate contract for surgical disposable
items / small medical appliances
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. ___________________________________
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: _______________
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
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.
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.
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
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
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 - -
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
(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 - -
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 - -
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
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
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 - -
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 - -
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
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 - -
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
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 - -
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
Rate contract for Laboratory
Chemicals and PCR kits
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. ___________________________________
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 __________________
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.
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.
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
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.
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
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
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
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
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
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
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
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
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.____________________________
Rate contract
for
Orthopaedic
Implants
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. ___________________________________
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: _______________
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
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.
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
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 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
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
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
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
- -
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
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
- -
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
- -
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
- -
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
- -
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
- -
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
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
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
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
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; ______________________________
Rate contract
for
Surgical Sutures
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. ___________________________________
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: _______________
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.
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.
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 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
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
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 -- --
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 -- --
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 -- --
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; ______________________________
Rate contract
for
Hearing Aids
and
Intraocular Lenses
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. ___________________________________
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: _______________
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.
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.
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
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
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
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.
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 - -
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 - -
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; ______________________________
Rate contract
for
Medical Gases (Oxygen, Nitrogen, Carbon
Dioxide)
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
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.
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.
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”.
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.
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
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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
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 __________________
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: __________________
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.
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
Rate contract
for
Photostat Services
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
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.
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.
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”.
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.
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
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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________________________
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: __________________
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.
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
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 _____________________________
Rate Contract
for
Hospital Biomedical Waste Disposal Service
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
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.
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.
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”.
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.
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_________________________________
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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 ________________________
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
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_________________________________
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: __________________
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
Rate Contract
for
Hospital Bedding
and
Linen Items
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 ____________________
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
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.
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.
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”.
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.
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
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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 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.
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
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: __________________
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
Service Contract
for
Security Guards
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
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.
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.
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”.
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.
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.
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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/-
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: __________________
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.
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
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
General Order Supplier Contract
for Miscellaneous Hospital Items
(Electric, Sanitary, Carpenter, Welder, A.C Technician Items,
Painter Items, Utility Items, Washing Material for Laundry)
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
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.
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.
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”.
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.
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
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
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
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; ______________________________
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 ________________________________________
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: _______________________
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.
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________________________
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”
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
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
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
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
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
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
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
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
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.
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
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
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
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: __________________
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
Rate Contract for
EMG, EEG, MRI, Lithotripsy
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.
• 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
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
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/-
• 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.
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-
• 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.
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.
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
• 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.
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
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; ______________________________
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 ________________________________________
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: _______________________
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
• 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
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
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
Rate Contract for
Hospital Stationery/Printing
Items
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
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.
• 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
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/-
• 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.
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-
• 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.
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.
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
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.
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.
• 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
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; ______________________________
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 ________________________________________
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: _______________________
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
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
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
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: ____________________________________
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
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
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
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
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
Rate Contract for
Medical Equipment Accessories / Spare Parts
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.
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
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/-
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/-
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/-
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/-
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/-
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/-
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/-
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.
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.
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
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
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.
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
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
(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.
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.
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
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.
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.
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.
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.
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.
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