Page 1 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS
SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 7
4 REJECTION OF BIDS 8
5 ACCEPTANCE OF BIDS 8
6 PERFORMANCE GUARANTEE 8
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 8
8 NO OFFER WILL BE CONSIDERED IF IT 8
9 INSPECTION AND TEST/ANALYSIS 8
10 DELIVERY AND PAYMENT 9
11 LOCAL PURCHASE PATIENT RECORD 9
12 GENERAL CONDITIONS 10
13 TECHNICAL SPECIFICATION OF THE CONTRACT 20
14 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 22
15 FINANCIAL EVALUATION 23
16 ANNEX-1 (LETTER OF INTENTION) 24
17 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 25
18 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 26
19 ANNEX-4 (QOUTATION PRICE SCHEDULE) 27
20 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 28
16 ANNEX-6 (CONTRACT FORM) 29
17 ANNEX-7 (PAYMENT SCHEDULE) 33
18 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 34
19 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 35
20 ANNEX-10 (INTEGRITY PACT) 36
21 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 37
22 ANNEX- 12 (PHARMACY SIZE CERTIFICATE) 38
23 ANNEX-13 (NON BLACKLISTING AFFIDAVIT) 39
24 ANNEX-14 (AFFIDAVIT FOR RETAIL SALES) 40
25 ANNEX-15 (CHECK LIST) 41
Page 2 of 238
Bidder Signature & Stamp
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
1. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
2. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
Page 3 of 238
Bidder Signature & Stamp
3. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
4. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
5. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
6. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
7. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
8. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
9. The bidders are requested to give their lowest and best prices with their bids.
10. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
11. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
12. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
13. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
Page 4 of 238
Bidder Signature & Stamp
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of repute with financially sound
background involved in running institutional business. Pharmacy having a valid NTN for supply
of Medicines, Surgical Disposable items (Day to Day Basis Local Purchase/LP Bulk), and Dialysis
items. Tenders should be sent in the name of the MEDICAL SUPERINTENDENT DHQ
HOSPITAL BAHAWALNAGAR along with the following documents.
Page 5 of 238
Bidder Signature & Stamp
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/
NO
Page No
01. Original Receipt for purchase of tender and signed copy of bidding
document
02. Copy of qualified person (pharmacist) and proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical
Superintendent DHQ Hospital Bahawalnagar, should be attached with
financial bid & photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04 Computerized Pharmacy license (Category-A) in case of L.P. Medicines
(Day to Day) & LP Bulk only for medicine tender. as per described in
the clause (VI) in policy and Operational Guidelines for local
Purchase of Medicine by the Government of the Punjab Primary &
Secondary Healthcare Punjab Lahore “
(Distributors & Wholesalers are not allowed to participate in the
tender)
05 National tax number & General Sales Tax Number Certificate.
06 Warranty Certificate as per Drug Act 1976/DRAP ACT 2012 on company
letterhead
07 All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of
authorized person. Moreover, signing and stamping on each page of
bidding documents/form is mandatory.
08 Company Profile (Company Introduction, Organogram, Complete HR list
including pharmacist, attached CV’s of all working employed and other
strength etc.)
09 Undertaking regarding that our firm shell be Pharmacy and not a
Distributor /Wholesaler on the legal stamp paper of Rs. 100/-
10 The Pharmacy will provide a certificate regarding size as per Drug act that
size of Pharmacy is not less than 140SQFT x8Ftx8Ft Height & Breadth as
per drug act rule No. 19.D (the covered area of the premises of pharmacy be not less than
140 Sq Ft with minimum breadth of 8 Ft and height of 8 Ft). on the legal stamp paper of
Rs. 100/-
11 Price Responsibility Certificate: The Bidder must submit an affidavit on
judicial paper of Rs. 100 that they have not supplied these items at lower
rate than the price quoted in the tender to any other Govt Institute in current
financial year
Page 6 of 238
Bidder Signature & Stamp
12 Undertaking regarding the firm never black listed, uninterrupted
supply of items on the legal stamp paper of Rs. 100/- Person having
registered more than one companies with FBR must ensure that none of his
company is been ever blacklisted by the FBR, in lieu of Income Tax &
Sales Tax.
13 Undertaking with the version that the bidder understands and agrees to all
terms and conditions of bidding document, shall abide by all rules,
regulations, and all general and special clauses of this bidding document
and all information given by bidder in the bidding document is correct to
the best of my knowledge on the legal stamp paper of Rs.100.
GENERAL TERMS & CONDITIONS 1. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops shall also indicate the name and address of
the bidder to enable the bid to be returned unopened in case it is declared as” non- responsive’’
or “late’.
Page 7 of 238
Bidder Signature & Stamp
2. The envelope must also clearly show the bid title and bidder’s name and address. Failure to
comply with this requirement may result in rejection of the bid and the committee decision in this
regard shall be final. Bids submitted after the prescribed time shall not be entertained.
3. Only Technical Proposal will be opened by the tender opening committee. The financial proposal
will be opened by tender opening committee of responsive/technically successful bidders later on
the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful
bidders will be returned as such to them on that date without opening their financial offers as per
PPRA Rules 2014 (amended till to date).
4. All the pages of technical & financial bids should be marked as page No.
5. Substandard, broken seal & substituted bids will not be acceptable.
6. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will
not be entertained.
7. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-
responsive. Extendable equal to the period of the original bid validity.
8. Facility of the supplies must be available round the clock.
9. Contract will be awarded to the bidder offering maximum discount to the MS DHQ Hospital
Bahawalnagar
10. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.
11. The offered discounts shall be from the maximum retail prices of medicines fixed by the
Government of the Pakistan or manufacturers (where government has permitted to do so) or
sole importers.
12. For the calculation of maximum retail price of those items where price is not printed on the
product the retail price will be finalized after survey.
13. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
14. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times strictly in accordance with the provision of law and will be responsible for the quality
/quantity of items supplied be him/her.
15. For L.P Medicines separate discounts should be given for National, Multinational, Dialysis &
Surgical disposable items. The L.P. policy and operational Guidelines for local purchase of
Medicine (Day to Day) P&SHCD shall be strictly followed by the bidders.
16. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be
acceptable.
In case of default, the administration may take appropriate action including fine to be
decided by the administration.
17. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been
submitted however the procuring agency may seek and accept clarification to the bid that do not
change the substance of the bid.
18. Limitation on Negotiations: There shall be no negotiation with the bidder.
19. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award
of contract without assigning any reason.
20. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules
regulations or policy of the Government of Punjab, shall be awarded the procurement award.
Page 8 of 238
Bidder Signature & Stamp
21. Performance Guarantee: The successful bidder shall furnish performance security 05% of total
estimated cost in addition to bid security already deposited by the firm. The performance security
shall be deposited in the shape of cash deposit receipt.
22. Qualification of suppliers and Contractors: The procuring agency at any stage of the
procurement proceeding may requires the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
23. No Offer will Be Considered if:
o It is submitted without call deposit by the registered firm in the name of Medical
Superintendent DHQ Hospital Bahawalnagar. o It is received after the date and time fixed for it’s receipt.
o It is unsigned.
o It is ambiguous.
o It is not written on the firm’s letter head.
o It is over written.
o It is conditional.
o It is given by the black listed, suspended and removed firm from the approval list of the
Health Department Government of the Punjab, Autonomous Health Institutions or by the
Federal Government.
o It is received with a validity period shorter than 30 June 2020.
o Does not confirm to the general conditions of the tender.
o It is received without earnest money as specified in the tender.
o Bidding document are not attached with bids.
24. All the pages of tender must be signed properly at the bottom.
25. Successful bidder is bound to supply the quantities of all the desired brands.
26. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, If supplier
showed non-compliance of terms and conditions, Procuring Agency will cancel the contract
at any time without giving any advance notice. Unregistered
/substandard/spurious/misbranded/expired drug will be forfeited by the authority and legal
action will be taken against the contractor. The contractor shall be responsible for providing
standard quality items.
27. In case of any dispute the decision of the Medical superintendent DHQ Hospital Bahawalnagar will
be final.
28. The Supplier will be responsible to mention details of medicine in the bill like Generic Name of
Medicine, Brand Name of Medicine/ Manufacturer, Date of manufacturing, & Date of Expiry.
29. In Case of non-supply of any item within stipulated period as per contract, risk purchase may be
done from any other reputable Pharmacy and difference shall be deducted from the performance
guarantee of contractor.
30. The firm will be fully responsible to supply the store as per requirement of DDO as per supply
order.
31. Warranty of medicines supplied as per tender specification of Quality & Quantity
(Comprehensive).
32. The firm will be wholly & solely responsible if it failed to supply medicines in the stipulated
time frame as per Purchase Order /Telephonic Directions of the Medical
Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome
quantity of medicines to meet any sort of emergency requirements of the procuring agency.
Page 9 of 238
Bidder Signature & Stamp
33. The Medical Superintendent shall notify the supplier in writing for any claim arising under the
warranty. Upon receipt of such notice, the supplier shall replace the medicine within Seven (7)
days, inclusive of, where applicable, the cost of inland delivery.
34. Delivery and Payment
I. The Indent of drug and its receiving shall be made as per prescribed mechanism of hospital. A
responsible hospital pharmacist send indent to supplier usually for patient L.P.
II. Drugs should be received defaced and issued from store as per prescribed mechanism of hospital and
must be entered into acknowledgement register.
III. The authorized pharmacist shall verify the bills in comparison to entries in register as per prescribed
mechanism of hospital.
IV. In case of delayed supply the risk purchase should be made from the security deposit of contractor. In
case of constant default the process of risk purchase should be repeated and tenders may be re-called
for fresh competition.
V. The contractor will submit the bills on monthly basis for payment. The contractor will provide an
authentic price list of medicine if and when required for verification of bills.
VI. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
VII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).
VIII. The supplied drugs shall be accompanied with warranty certificate as per the Drug Act, 1976/ DRAP
Act, 2012. Moreover, the contractor will be bound to provide the invoice of his source of purchase if
and when required.
35. Local purchase patient record I. Patient who receives medicine should be registered at the central point and should be allocated
registration number etc.
II. Treatment register should be maintained encompassing name, registration number, address, diagnosis
and description of medicines etc.
III. Local Purchase should not be for more than seven days for one patient.
IV. Local purchase of only those drugs should be done which are included in formularies and minimum
level of doctor recommending the local purchase should be Senior Registrar, Assistant Professor,
Consultant, APMO, Senior Medical Officer/Senior Woman Medical Officer.
GENERAL CONDITIONS 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
Page 10 of 238
Bidder Signature & Stamp
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
Page 11 of 238
Bidder Signature & Stamp
4.3
4.4
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
5.3
5.4
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
of the product to the designated office or staff, as the case may
be.
Page 12 of 238
Bidder Signature & Stamp
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
10. Delivery and
Documents
10.1
10.2
10.3
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
Page 13 of 238
Bidder Signature & Stamp
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
Page 14 of 238
Bidder Signature & Stamp
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
Page 15 of 238
Bidder Signature & Stamp
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process;
i. Submission of false fabricated / forged documents for
procurement in tender.
ii. Not attaining required quality of work.
iii. Inordinate tardiness in accomplishment of
assigned/agreed responsibilities / contractual
obligations resulting loss to procuring agency /
Government.
iv. Non execution of work as per terms & condition of
contract.
v. Any unethical or unlawful professional or business
behavior detrimental to good conduct and integrity of
the public procurement process.
vi. Involvement in any sort of tender fixing.
vii. Persistent and intentional violation of important
conditions of contract
viii. Non-adherence to quality specification despite being
importunately pointed out.
ix. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of
the procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Page 16 of 238
Bidder Signature & Stamp
22.2
22.3
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
24.3
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
Page 17 of 238
Bidder Signature & Stamp
29. Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
28.Taxation
27.1
27.2
28.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 18 of 238
Bidder Signature & Stamp
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
TECHNICAL SPECIFICATIONS OF THE CONTRACT
A). Product Specifications.
(Detailed technical specifications, given in Award of Contract, will be followed)
b). Labeling and Packing
Page 19 of 238
Bidder Signature & Stamp
i. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed under the
Drugs Act, 1976.
ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/
written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle,
Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the
drug manufacturing license no., manufacturing date, expiry date, registration No., batch No., retail
price, and Urdu version namely: name of drug, dosage and instructions, should also be written on
the outer carton and on the most inner container in bold letters. All tablets shall be supplied in strip
/ blister pack (one side aluminum and other side PVC/PVD). Expiry date must be printed on each
strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps.
iii. The quality of packing material, its labelling, packing structure and printing will be same as that of
their commercial supply but according to government supply colour scheme.
c) Additional instructions for packing
i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability
(Including coloration of medicines) of the Drug for human consumption etc. in accordance with the
Drugs Act, 1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 & rules framed
thereunder on judicial paper.
ii. The bidder shall supply the Drugs/Medicines/Items in special green packing with Logo of the
Government of Punjab (exempted for imported items). The following wording/insignia shall be
printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle,
strip / blister, tubes, vial / ampoule etc. In combo Packs the sterilized water for injection / solvent
shall bear the wording/insignia on the vial/ampoules etc.
d). Shelf life
i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported
drugs.
ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty
charges of actual shortfall in shelf life below prescribed limit for locally manufactured and imported
medicines respectively.
iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70%will be
accepted without penalty charges and up to 60%with imposition of 1% penalty charges of actual
shortfall in shelf life below prescribed limit”
e). Testing/Verification Procedures (Bulk)
i. After delivery of drugs and medicines at the Purchaser’s premises, the Consignee shall send the
samples from all batches of each consignment of the supplied store to the Drugs Testing
Laboratory, Punjab, for testing. The Inspection Committee constituted by the Purchaser shall
inspect the quantity, specifications of goods after receipt of standard quality report of each batch of
supplied store issued by DTL concerned under Drugs Act 1976/DRAP Act 2012/ Punjab Drugs
(Amendments) Act 2017 & rules framed thereunder. The cost of the lab tests shall be borne by the
Supplier. The firm shall be bound to provide primary reference standard (s)/traceable
secondary standard (s) to the concerned Drugs Testing Laboratories of Punjab as and when
demanded. In case of secondary reference standard, the certificate of analysis and proof of
traceability shall also be provided by the contractor.
Page 20 of 238
Bidder Signature & Stamp
ii. In case of Adverse/failure report of any batch, the Supplier has the right to go for appellate
laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound
to re-supply the entire fresh stock of that batch free of cost within the reasonable time period to
be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation,
which will be subject to completion of all testing and verification formalities. At the parallel, the
case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act
1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 and disposal of substandard stocks.
iii. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality by DTL, if found not according to the approved sample and
other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the
Supplier will also be responsible to replace the unconsumed expired stores without any further
charges.
f) Transportation/Delivery Requirements
i. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent
their damage or deterioration during transit to their final destination and in accordance with the
terms and manner prescribed in the Schedule of Requirement.
ii. All costs associated with the transportation including loading/unloading of drugs and medicines
and road taxes shall be borne by the Supplier.
iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for
such types of items. The firm shall be bound to produce batch wise cold chain data from the source
of origin & thermo log data from factory to Consignee’s end.
g) Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value
equal to or more than 10 Million Rupees on the prescribed format on judicial stamp paper of Value
Rs:100/- as per Annexure-10.
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
Page 21 of 238
Bidder Signature & Stamp
1
Past
Performance
As per Bid
Form
Major institutions served:
Sr.
No
No. of Institution
Served
Score
1 1 3
2 2 to 3 6
3 4 to 5 9
4 6 to 7 12
5 8 and above 15
15
Institution includes
Government Departments and
Registered Private
Organizations.
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued by
the concerned Authority is
required.
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V.Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-15 Million 15
3 Above 15 Million 20
20 Bidders having less than 5
Million are ineligible.
5 Performance
Certificates
1 1 to 3 certificates 5
2 More than 3
certificates
10
10
Performance Certificates/
Satisfactory reports from
serving clients.
6
Technical &
Sales Staff
details
1 Have One pharmacist
& Technical Staff
10
2 Have more than one
pharmacist &
Technical Staff.
15
15 Technical Human Resources
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100 Qualifying marks: 50%
FINANCIAL PROPOSAL EVALUATION
i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
Page 22 of 238
Bidder Signature & Stamp
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or
their authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to
adjust the same in the Financial Proposal.
ANNEX-1
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Page 23 of 238
Bidder Signature & Stamp
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
We will pay the testing fee for samples collected from any supply of any district to be tested and will accept
the results to testing by DTLs, Punjab.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding
documents.
Dated this [insert: number] day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 24 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal
and the Financial Proposal sealed in two separate envelopes. We have attached
the Technical Bid Form, Check List, Detailed Specifications and the
required supporting documents along with our Technical Bid as per tender
eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
Page 25 of 238
Bidder Signature & Stamp
ANNEX- 3
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find
attached our Financial Proposal for the sum of Rs. (insert amount in words and
figures) this amount is inclusive of all taxes. We have attached the Bid
Security of amount Rs. (insert amount in words and figures) having CNIC No.
along with our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
Page 26 of 238
Bidder Signature & Stamp
ANNEX- 4
QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products
and shall submit with Financial Proposal in individually sealed
envelope for each item in a single main sealed envelope for all
items.
Bidders are required to fill this form for the items they wish to quote
as per detailed specification of items mentioned in Technical
specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr.No Category Discount
1 National
2 Multinational
3 Surgical Disposable
4 Dialysis Items
Signature: ------------------------------------------------
Designation: ---------------------------------------------
Date: ------------------------------------------------------
Official Stamp: ------------------------------------------
Page 27 of 238
Bidder Signature & Stamp
ANNEX- 5
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 201___
Signature and Seal of the Guarantors/ Bank
Address
Date
Page 28 of 238
Bidder Signature & Stamp
ANNEX- 6 CONTRACT FORM
AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
1. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules
framed thereunder Annex-I
k. The bidding document of Procuring Agency Annex-J
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”:
3. The Term of the Contract: This contract shall remain valid for one year from the date of signing,
unless amended by mutual consent.
4. The Supplier declares as under:
Page 29 of 238
Bidder Signature & Stamp
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of
any Contract, right, interest, privilege or other obligation or benefit from Government of Punjab
or any administrative subdivision or agency thereof or any other entity owned or controlled by
it (Government of Punjab) through any corrupt business practice.
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants
that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not
given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan
either directly or indirectly through any natural or juridical person, including its affiliate, agent,
associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any
commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right
interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab,
except that which has been expressly declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and
arrangements with all persons in respect of or related to the transaction with Government of
Punjab and has not taken any action or shall not take any action to circumvent the above
declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. It agrees that any Contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without
prejudice to any other right and remedies available to Procuring Agency under any law, Contract
or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The
Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on
account of its corrupt business practices and further pay compensation to Procuring Agency in
an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee
or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the
procurement of any Contract, right, interest, privilege or other obligation or benefit in
whatsoever form from Procuring Agency.
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be
settled through arbitration mutually agreed by both parties/ Secretary P&SH Department and/or
his nominee. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the Parties.
5. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically
described in the Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and
to the Technical Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs
associated with transportation and other agreed incidental costs.
6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Page 30 of 238
Bidder Signature & Stamp
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
9. Performance Guarantee/Security:
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
10. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within
the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of
non-delivered portion of supplies shall stand cancelled.
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of
Performance Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s
end, the entire amount of Performance Guaranty/Security shall be forfeited to the Government
account and the firm shall be blacklisted minimum for two years for future participation.
Page 31 of 238
Bidder Signature & Stamp
(iv) The exact time frame for making supplies with and without penalty shall be indicated in
subsequent contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements
and after issuance of subsequent contract/purchase order by the consignee, a penalty @ (0.067%
per day) of the cost of late delivered supply shall be imposed upon the Supplier.
11. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For The Manufacturer/
Authorized Agent.
Sealed & Signed on behalf of Purchaser
Witnesses-1 on behalf of the Contractor
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the Contractor
CC:-
1. ---------------------------------------
2. ---------------------------------------
3. ---------------------------------------
Witnesses-2 on behalf of the Purchaser
Page 32 of 238
Bidder Signature & Stamp
ANNEX- 7
PAYMENT SCHEDULE
i. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing
Officer (DDO) preferably be central;
a. against satisfactory performance and upon submission of required documents and in
accordance with the procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
b. on production of Inspection Certificate and receipt certificate from Consignee, after
recovery of Government dues (if any) including Professional Tax and DTL Testing Charges.
ii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be
made after the receipt of complete supply as per schedule mentioned in schedule of requirement within
due time.
ANNEX- 8
Page 33 of 238
Bidder Signature & Stamp
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
i. DHQ HOSPITAL BAHAWALNAGAR
Free delivery to Consignee’s end (DDP) basis.
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order. of LP Bulk
Medicine excluding day to day
Chit system
07 Days 03Days
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 9
Page 34 of 238
Bidder Signature & Stamp
AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that:
1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with
all the terms and conditions of the bidding document.
2) The Bid being submitted by the undersigned complies with the requirements enunciated in the
bidding documents.
3) The Goods that we propose to supply under this contract are eligible goods within the meaning of
Clause 18 of the ITB.
4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
5) The undersigned are solvent and competent to undertake the subject Contract under the Laws of
Pakistan.
6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any
official or agent related to this bid or award or contract.
7) The undersigned are not blacklisted or facing debarment from any Government, or its organization
or project.
8) That the prices offered are not more than trade price.
9) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs
Punjab.
10) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the
product on its delivery.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 10
INTEGRITY PACT
Page 35 of 238
Bidder Signature & Stamp
AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILTY (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that:
Page 36 of 238
Bidder Signature & Stamp
1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with
all the terms and conditions of the bidding document.
2) That the price offered here in our financial bid are lowest among prices quoted against same
items/brands among other institutes during same fiscal year.
3) That if our offered prices found higher than offered prices of our firm against prescribed items in
other served institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR PHARMACY SIZE (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that:
Page 37 of 238
Bidder Signature & Stamp
1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with
all the terms and conditions of the bidding document.
2) That the size of our Pharmacy is as per drug act rule no. 19-D (the covered area of the premises of
pharmacy be not less than 140 Sq Ft with minimum breadth of 8 Ft and height of 8 Ft).
3) That if our stated size found lower than the required, the procuring agency reserve the right to reject
our bid or may terminate our contract during the contract period.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 13
AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)
Page 38 of 238
Bidder Signature & Stamp
I/We, the undersigned solemnly declare that:
1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with
all the terms and conditions of the bidding document.
2) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active
filer in terms of both income tax and sales tax.
3) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in
terms of taxation (both income tax and GST) and in terms of violation of any contract with any
Public or semipublic institute.
4) That all firms registered on the name of Person(proprietor) with FBR have never ever been
blacklisted by the FBR, in lieu of Income Tax & Sales Tax.
5) That if any statement as stated above found false or fabricated, procuring agency reserve the right
to reject our bid or may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 14
AFFIDAVIT FOR RETAIL SALES SET UP (JUDICIAL STAMP PAPER RS.100/-)
Page 39 of 238
Bidder Signature & Stamp
I/We, the undersigned solemnly declare that:
1) I/We have read the contents of the Bidding Documents and have fully understood and agreed with
all the terms and conditions of the bidding document.
2) That our firm is engaged in the pharmacy retail business under pharmacy license category-A and
we are not involved in whole selling or distribution network related to pharmacy items.
3) That if any statement as stated above found false or fabricated, procuring agency reserve the right
to reject our bid or may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 15
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
Page 40 of 238
Bidder Signature & Stamp
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed Bidding
Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
should attached with financial bid & photocopy of the same
attached with
Technical bid as demanded in bidding document.
5 Valid computerized Drug sale License as mentioned in
bidding document
6 Copy of CNIC of Qualified personal and Proprietor
7 National Tax Number and General Sale Tax number
certificate.
8 Warranty Certificate as per Drug Act 1976/ DRAP Act,
2012
9 Company Profile
10 Schedule of requirements
11 Price Responsibility Affidavit
12 Pharmacy size Affidavit
13 Non Blacklisting Affidavit
14 Non Distributor/Wholesaler Affidavit
15 Bidders Undertaking/Affidavit
16 Integrity Pact Affidavit
Note: All the above documents and any other supporting document must be page number & must be
mentioned in the column specified for the purpose.
*Technical Evaluation Committee can call any firm owner/representative participating in the tender
process for the verification of the documented evidence attached with the technical proposal by the firm.
Total Number of pages attached with the Technical Bid __________Pages
17 Tender Document duly signed and
stamped each page by the bidder must be
attached at the end of the Technical Bid but
Page 41 of 238
Bidder Signature & Stamp
numbering is not required for this
document.
18 Bank Statement of Firm’s Account
Envelope B : Enclosures of Financial Proposal Attached(Yes/No) Page No
19 Financial Proposal Covering Letter
20 Quoted Price Schedule Rates Form duly
filled, signed and stamped by the bidder
21 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will results in rejection of bid.
II. No reminder or letter will be issued for any missing document.
Page 42 of 238
Bidder Signature & Stamp
(DHQ HOSPITAL BAHAWALNAGAR)
Page 43 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 7
4 REJECTION OF BIDS 7
5 ACCEPTANCE OF BIDS 8
6 PERFORMANCE GUARANTEE 8
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 8
8 NO OFFER WILL BE CONSIDERED IF IT 8
9 INSPECTION AND TEST/ANALYSIS 8
10 DELIVERY AND PAYMENT 9
11 GENERAL CONDITIONS 10
12 TECHNICAL SPECIFICATION OF THE CONTRACT 20
13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 21
14 FINANCIAL EVALUATION 22
15 ANNEX-1 (LETTER OF INTENTION) 23
16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 24
17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 25
18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 26
19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 27
19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 28
20 ANNEX-7 (PAYMENT SCHEDULE) 29
21 ANNEX-8 (CONTRACT FORM) 30
22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 34
23 ANNEX-10 (INTEGRITY PACT) 35
24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 36
25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 37
26 ANNEX-13 (CYLINDER FITNESS CERTIFICATE) 38
27 ANNEX-13 (CHECK LIST) 39
Page 44 of 238
Bidder Signature & Stamp
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
14. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
15. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
Page 45 of 238
Bidder Signature & Stamp
16. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
17. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
18. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
19. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
20. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
21. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
22. The bidders are requested to give their lowest and best prices with their bids.
23. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
24. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
25. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
26. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
Page 46 of 238
Bidder Signature & Stamp
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background
and registered with NTN and sales tax for the purchase of Biomedical gases for the financial year 2019-
20 involved in running institutional business/distribution/manufacturing or production of biomedical
gases. Tender should be sent in the name of Medical Superintendent DHQ Hospital Bahawalnagar along
with the following documents.
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/NO Page No
01. Original Receipt for purchase of tender and signed copy of bidding
document
02. Copy of proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical
Superintendent DHQ Hospital Bahawalnagar, should be attached with
financial bid & photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04 National tax number & General Sales Tax Number Certificate.
05 Quality checked Certificate for cylinders by the certified Laboratory/
Institution by the Government of Punjab as per specification of the product on
Firm’s letter head.
Page 47 of 238
Bidder Signature & Stamp
06 All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of
authorized person. Moreover, signing and stamping on each page of
bidding documents/form is mandatory.
07 Price Responsibility Certificate: The Bidder must submit an affidavit
on judicial paper of Rs. 100 that they have not supplied these items at
lower rate than the price quoted in the tender to any other Govt Institute
in current financial year
08 Undertaking regarding the firm never black listed, uninterrupted supply
of items on the legal stamp paper of Rs. 100/- Person having registered more
than one companies with FBR must ensure that none of his company is been ever
blacklisted by the FBR, in lieu of Income Tax & Sales Tax.
09 Undertaking with the version that the bidder understands and agrees to
all terms and conditions of bidding document, shall abide by all rules,
regulations, and all general and special clauses of this bidding document
and all information given by bidder in the bidding document is correct to
the best of my knowledge on the legal stamp paper of Rs.100.
10 Bidder should be authorized partner/distributor of a well reputed national
level gas manufacturing/production company (in case the bidder itself is
not the manufacturer). Partnership or distribution deed should be signed
by the Bidder and Manufacturer on judicial stamp paper of Rs.100. This
deed must be attested by notary public.
11 Bidder must produce an evidence (in case of non-manufacturer) on
judicial stamp paper of Rs. 100 that he has obtained an empty cylinder
stock of minimum 100 cylinders in his ownership from the
manufacturing company. Such paper must have been countersigned by
the issuing company (as acknowledgement) with whom the partnership
deed has been signed by the bidder. This deed must be attested by notary
public.
Page 48 of 238
Bidder Signature & Stamp
GENERAL TERMS & CONDITIONS
36. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.
37. The envelope must also clearly show the bid title and bidder’s name and address. Failure to
comply with this requirement may result in rejection of the bid and the committee decision in this
regard shall be final. Bids submitted after the prescribed time shall not be entertained.
38. Only Technical Proposal will be opened by the tender opening committee. The financial proposal
will be opened by tender opening committee of responsive/technically successful bidders later on
the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful
bidders will be returned as such to them on that date without opening their financial offers as per
PPRA Rules 2014 (amended till to date).
39. All the pages of technical & financial bids should be marked as page No.
40. Substandard, broken seal & substituted bids will not be acceptable.
41. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will not
be entertained.
42. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-
responsive. Extendable equal to the period of the original bid validity.
43. Facility of the supplies must be available round the clock.
44. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital
Bahawalnagar
45. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.
46. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
47. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times strictly in accordance with the provision of law and regulations as prescribed by PPRA
(amended till date) and will be responsible for the quality/quantity of cylinders supplied by
him/her.
48. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be
acceptable.
In case of default, the administration may take appropriate action including fine to be decided
by the administration.
Page 49 of 238
Bidder Signature & Stamp
49. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been
submitted however the procuring agency may seek and accept clarification to the bid that do not
change the substance of the bid.
50. Limitation on Negotiations: There shall be no negotiation with the bidder. 51. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
52. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules
regulations or policy of the Government of Punjab, shall be awarded the procurement award.
53. Performance Guarantee: The successful bidder shall furnish performance security 05% of total
estimated cost in addition to bid security already deposited by the firm. The performance security
shall be deposited in the shape of cash deposit receipt.
54. Qualification of suppliers and Contractors: The procuring agency, at any stage of the
procurement proceeding, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
55. No Offer will Be Considered if:
o It is submitted without call deposit by the registered firm in the name of Medical
Superintendent DHQ Hospital Bahawalnagar. o It is submitted without call deposit by the registered firm in the name of Medical
Superintendent DHQ Hospital Bahawalnagar. o It is received after the date and time fixed for its receipt.
o It is unsigned.
o It is ambiguous.
o It is not written on the firm’s letter head.
o It is over written.
o It is conditional.
o It is given by the black listed, suspended and removed firm from the approval list of the
Health Department Government of the Punjab, Autonomous Health Institutions or by the
Federal Government.
o It is received with a validity period shorter than 30 June 2020.
o Does not confirm to the general conditions of the tender.
o It is received without earnest money as specified in the tender.
o Bidding document are not attached with bids.
56. All the pages of tender must be signed properly at the bottom.
57. Successful bidder is bound to supply the quantities as per demand of biomedical gas.
58. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, if supplier
showed non-compliance of terms and conditions, Procuring Agency will cancel the contract
at any time without giving any advance notice. In case of any dispute the decision of the Medical
superintendent DHQ Hospital Bahawalnagar will be final.
59. The Supplier will be responsible to enter details in the bill of items like Generic Name of item,
Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry of the item should
be mentioned in the invoice/ Bills.
60. The Supplier will be responsible to mentions details of items in the bill like Generic Name of item,
Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.
61. The firm will be fully responsible to supply the store as per requirement of DDO as per supply
order.
Page 50 of 238
Bidder Signature & Stamp
62. Warranty of biomedical gases supplied as per tender specification of Quality & Quantity (Comprehensive).
63. The firm will be wholly & solely responsible if it failed to supply cylinders in the stipulated time
frame as per Purchase Order /Telephonic Directions of the Medical Superintendent/Management
of the Hospital. Bidder also responsible to maintain handsome quantity of biomedical gases cylinder
(thresh hold) to meet any sort of emergency requirements of the procuring agency. 64. The required cylinders will be supplied on required Quality & Quantity as per the specification of tender.
65. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt
of such notice, the supplier shall replace the cylinders within Seven (7) days, inclusive of, where applicable, the cost
of inland delivery
66. Delivery and Payment
IX. The successful bidder/supplier will be bound to maintain a minimum cylinder stock for 3 days (Based on daily average
consumption of cylinders), each time available in Hospital stock.
X. After placement of order through any mode of communication, supplier shall be bound to provide
stock within 48 hours, in which a further 24 hours shall be given as grace period and after the lapse
of 72 hours in case if the supply is not received, penalty shall be imposed on supplier as per law
and risk purchase shall be made from security deposit of the bidder.
XI. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per
prescribed mechanism of hospital.
XII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In
case of constant default the process of risk purchase should be repeated and tenders may be re-
called for fresh competition.
XIII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an
authentic price list of items if and when required for verification of bills.
XIV. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
XV. All applicable taxes shall be deducted as per prescribed rules (affidavit required).
GENERAL CONDITIONS
Page 51 of 238
Bidder Signature & Stamp
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
Page 52 of 238
Bidder Signature & Stamp
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
4.3
4.4
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
5.3
5.4
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
Page 53 of 238
Bidder Signature & Stamp
of the product to the designated office or staff, as the case may
be.
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
10. Delivery and
Documents
10.1
10.2
10.3
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
Page 54 of 238
Bidder Signature & Stamp
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
Page 55 of 238
Bidder Signature & Stamp
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
Page 56 of 238
Bidder Signature & Stamp
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; x. Submission of false fabricated / forged documents for
procurement in tender.
xi. Not attaining required quality of work.
xii. Inordinate tardiness in accomplishment of assigned/agreed
responsibilities / contractual obligations resulting loss to
procuring agency / Government.
xiii. Non execution of work as per terms & condition of contract.
xiv. Any unethical or unlawful professional or business behavior
detrimental to good conduct and integrity of the public
procurement process.
xv. Involvement in any sort of tender fixing.
xvi. Persistent and intentional violation of important conditions of
contract
xvii. Non-adherence to quality specification despite being
importunately pointed out.
xviii. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of the
procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
Page 57 of 238
Bidder Signature & Stamp
22.2
22.3
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
24.3
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
27.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
Page 58 of 238
Bidder Signature & Stamp
29.
Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
28.Taxation
27.2
28.1
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 59 of 238
Bidder Signature & Stamp
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
Page 60 of 238
Bidder Signature & Stamp
TECHNICAL SPECIFICATIONS OF THE CONTRACT
A). Product Specifications.
(Detailed technical specifications, given in Award of Contract, will be followed)
Sr.No Type of
Biomedical
Gas
Size of
Cylinder
Weight Pressure Specification
01 Oxygen Gas MM 6.80 cm3
2000 Psi
Oxygen Purity
99.5% (Min)
02 Oxygen Gas MF 1.70 cm3
2000 Psi
Moisture
< 67 vpm
03 Nitrous
Oxide Gas
XM 16200 Litter
(30 kg)
Carbon Dioxide
< 300 vpm
Carbon Monoxide
< 5 vpm
Odour
None
e). Testing/Verification Procedures
iv. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality, if found not according to the approved sample and other
technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier
will also be responsible to replace the unconsumed expired items without any further charges.
f) Transportation/Delivery Requirements iv. The Supplier shall arrange such transportation of the cylinders as is required to prevent their damage
or deterioration during transit to their final destination and in accordance with the terms and manner
prescribed in the Schedule of Requirement.
v. All costs associated with the transportation including loading/unloading of cylinders and road taxes shall be borne by
the Supplier.
vi. The successful bidder/supplier will be bound to provide a minimum cylinder stock for 5 days (Based on daily average
consumption of cylinders)
g) Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than
10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.
Page 61 of 238
Bidder Signature & Stamp
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
1 Past
Performance
Sales Revenue in terms of gas supply to
Govt Institutes in last 2 years.
Sr.
No
Sales Revenue in
Millions
Score
1 1 Million 3
2 2 to 3 Million 6
3 3 to 4 Million 9
4 4 to 5 Million 12
5 5 and Above 15
15
Attested Purchase
orders/supply orders of
institutes be attached
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued by
the concerned Authority is
required.
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V.Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-20 Million 15
3 Above 20 Million 20
20 Bidders having less than 5
Million are ineligible.
5 Performance
Certificates
1 1 to 3 certificates 5
2 More than 3
certificates
10
10
Performance Certificates/
Satisfactory reports from
serving clients.
6
Company
profile with
details of
technical and
sales staff
1 Have up to 05 persons 10
2 Have more than 10
persons.
15
15 Technical Human Resources
and company profile.
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100
Qualifying marks: 50%
Page 62 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or
their authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to
adjust the same in the Financial Proposal.
ANNEX-1
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
Page 63 of 238
Bidder Signature & Stamp
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
Dated this [insert: number]day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 64 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial
Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,
Detailed Specifications and the required supporting documents along with our Technical Bid as per
tender eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 3
Page 65 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal
for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have
attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along
with our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 4
QOUTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with
Financial Proposal in individually sealed envelope for each item in a single main sealed
envelope for all items.
Bidders are required to fill this form for the items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Page 66 of 238
Bidder Signature & Stamp
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr.
No
Type of
Biomedical Gas
Size of
Cylinder
Weight Pressur
e
Specification Quoted
Price
01 Oxygen Gas MM 6.80 cm3
2000 Psi
Oxygen Purity
99.5% (Min)
02 Oxygen Gas MF 1.70 cm3
2000 Psi
Moisture
< 67 vpm
03 Nitrous Oxide Gas XM 16200
Litter (30
kg)
Carbon
Dioxide
< 300 vpm
Carbon
Monoxide
< 5 vpm
Odour
None
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
ANNEX- 5
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
ii. DHQ HOSPITAL BAHAWALNAGAR
Free delivery to Consignee’s end (DDP) basis.
Page 67 of 238
Bidder Signature & Stamp
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order.
02 Days 01Days
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 6
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 201___
Page 68 of 238
Bidder Signature & Stamp
Signature and Seal of the Guarantors/ Bank
Address
Date
ANNEX- 7
PAYMENT SCHEDULE
ii. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably
be central;
c. against satisfactory performance and upon submission of required documents and in accordance with the
procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
d. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government
dues (if any) including Professional Tax
iii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the
receipt of complete supply as per schedule mentioned in schedule of requirement within due time.
Page 69 of 238
Bidder Signature & Stamp
ANNEX- 8
CONTRACT FORM AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
2. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
j. The bidding document of Procuring Agency Annex-J
Page 70 of 238
Bidder Signature & Stamp
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”: 12. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless
amended by mutual consent.
13. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business
practice.
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall
not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or
other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly
declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all
persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation
and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under
any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to
indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Procuring Agency.
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
14. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the
Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical
Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with
transportation and other agreed incidental costs.
15. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
16. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
Page 71 of 238
Bidder Signature & Stamp
17. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
18. Performance Guarantee/Security:
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
19. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time
frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall
stand cancelled.
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance
Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount
of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted
minimum for two years for future participation.
(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent
contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance
of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered
supply shall be imposed upon the Supplier.
20. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Page 72 of 238
Bidder Signature & Stamp
Signed/ Sealed: For The Manufacturer/
Authorized Agent.
Sealed & Signed on behalf of Purchaser
Witnesses-1 on behalf of the Contractor
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the Contractor
CC:-
4. ---------------------------------------
5. ---------------------------------------
6. ---------------------------------------
Witnesses-2 on behalf of the Purchaser
ANNEX- 9
AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that: 11) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
12) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
13) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.
14) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
15) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.
16) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related
to this bid or award or contract.
17) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
18) That the prices offered are not more than trade price.
19)
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
Page 73 of 238
Bidder Signature & Stamp
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 10
INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
Page 74 of 238
Bidder Signature & Stamp
I/We, the undersigned solemnly declare that: 4) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
5) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other
institutes during same fiscal year.
6) That if our offered prices found higher than offered prices of our firm against prescribed items in other served
institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 6) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
7) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both
income tax and sales tax.
8) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation
(both income tax and GST) and in terms of violation of any contract with any Public or semi public institute.
9) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in
lieu of Income Tax & Sales Tax.
10) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or
may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Page 75 of 238
Bidder Signature & Stamp
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 13
CYLINDER FITNESS CERTIFICATE (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON JUDICIAL PAPER OF RS.100)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
I________________________s/o________________bearing CNIN No.______________
R/O___________________________on behalf of M/S_________________________________
Hereby declare that on the behalf of firm i/we shall ensure the cylinders provided to DHQ Hospital
Bahawalnagar shall meet the fitness criteria of PCSIR, and shall be responsible for any loss incurred due
to mal fitness of cylinders.
We further declare that we shall ensure time to time checking of fitness of cylinders and shall ensure
repair/replacement of cylinders (if needed) at our own cost.
We further declare that biomedical gases shall be provided in accordance to standards of PPRA, and we
shall be responsible for any loss arising out of substandard supply.
Yours sincerely,
Page 76 of 238
Bidder Signature & Stamp
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 14
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed
Bidding Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
should attached with financial bid & photocopy of the
same attached with
Technical bid as demanded in bidding document.
5 Company Profile
6 Copy of CNIC of Proprietor
7 National Tax Number and General Sale Tax number
certificate.
8 Schedule of requirements
9 Partnership Deed on stamp paper(In case of non-
manufacturer)
10 Empty cylinder stock deed on stamp paper(In case of
non-manufacturer)
11 Price Responsibility Affidavit
Page 77 of 238
Bidder Signature & Stamp
12 Non Blacklisting Affidavit
13 Bidders Undertaking/Affidavit
14 Integrity Pact Affidavit
15 Cylinder Fitness Certificate
Note: All the above documents and any other supporting document must be page number & must
be mentioned in the column specified for the purpose.
*Technical Evaluation Committee can call any firm owner/representative participating in the
tender process for the verification of the documented evidence attached with the technical proposal
by the firm.
Total Number of pages attached with the Technical Bid __________Pages
16 Tender Document duly signed and
stamped each page by the bidder must
be attached at the end of the Technical
Bid but numbering is not required for
this document.
17 Bank Statement of Firm’s bank
Account
Envelope B : Enclosures of Financial
Proposal
Attached(Yes/No) Page No
18 Financial Proposal Covering Letter
19 Quoted Price Schedule Rates Form duly
filled, signed and stamped by the bidder
20 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will result in rejection of bid.
II. No reminder or letter will be issued for any missing document.
Page 78 of 238
Bidder Signature & Stamp
(DHQ HOSPITAL BAHAWALNAGAR)
Page 79 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 6
4 REJECTION OF BIDS 6
5 ACCEPTANCE OF BIDS 7
6 PERFORMANCE GUARANTEE 7
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7
8 NO OFFER WILL BE CONSIDERED IF IT 7
9 INSPECTION AND TEST/ANALYSIS 7
10 DELIVERY AND PAYMENT 8
11 GENERAL CONDITIONS 9
12 TECHNICAL SPECIFICATION OF THE CONTRACT 19
13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 23
14 FINANCIAL EVALUATION 24
15 ANNEX-1 (LETTER OF INTENTION) 25
16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 26
17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 27
18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 28
19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 31
19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 32
20 ANNEX-7 (PAYMENT SCHEDULE) 33
21 ANNEX-8 (CONTRACT FORM) 34
22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 38
23 ANNEX-10 (INTEGRITY PACT) 39
24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 40
25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 41
26 ANNEX-13 (CHECK LIST) 42
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
Page 80 of 238
Bidder Signature & Stamp
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
27. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
28. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
29. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
Page 81 of 238
Bidder Signature & Stamp
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
30. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
31. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
32. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
33. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
34. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
35. The bidders are requested to give their lowest and best prices with their bids.
36. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
37. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
38. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
39. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
Page 82 of 238
Bidder Signature & Stamp
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background
and registered with NTN and sales tax for the purchase of Stationary & Printing items for the financial
year 2019-20 involved in running institutional business/distribution/manufacturing or production of
Stationary & Printing items. Tender should be sent in the name of Medical Superintendent DHQ Hospital
Bahawalnagar along with the following documents.
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/NO Page No
01. Original Receipt for purchase of tender and signed copy of bidding
document
02. Copy of proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical
Superintendent DHQ Hospital Bahawalnagar, should be attached with
financial bid & photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04 National tax number & General Sales Tax Number Certificate (Attested
Copies)
05 All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of
authorized person. Moreover, signing and stamping on each page of
bidding documents/form is mandatory.
06 Price Responsibility Certificate: The Bidder must submit an affidavit
on judicial paper of Rs. 100 that they have not supplied these items at
lower rate than the price quoted in the tender to any other Govt. Institute
in current financial year
Page 83 of 238
Bidder Signature & Stamp
07 Undertaking regarding the firm never black listed, uninterrupted supply
of items on the legal stamp paper of Rs. 100/- Person having registered more
than one companies with FBR must ensure that none of his company is been ever
blacklisted by the FBR, in lieu of Income Tax & Sales Tax.
08 Undertaking with the version that the bidder understands and agrees to
all terms and conditions of bidding document, shall abide by all rules,
regulations, and all general and special clauses of this bidding document
and all information given by bidder in the bidding document is correct to
the best of my knowledge on the legal stamp paper of Rs.100.
09 Bidder should be authorized partner/distributor of a well reputed printing
press recognized by provincial/federal Govt body (in case the bidder
itself is not the owner of printing press,). Partnership or distribution deed
should be signed by the Bidder and owner on judicial stamp paper of
Rs.100. This deed must be attested by notary public.(This clause shall
only be valid for those bidders who intend to participate in quotation of
printing items only, whereas for stationary items, this clause shall be
excluded)
GENERAL TERMS & CONDITIONS
67. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.
68. The envelope must also clearly show the bid title and bidder’s name and address. Failure to
comply with this requirement may result in rejection of the bid and the committee decision in this
regard shall be final. Bids submitted after the prescribed time shall not be entertained.
69. Only Technical Proposal will be opened by the tender opening committee. The financial proposal
will be opened by tender opening committee of responsive/technically successful bidders later on
the declared time place & date. Financial proposal of the non-responsive/ technically unsuccessful
bidders will be returned as such to them on that date without opening their financial offers as per
PPRA Rules 2014 (amended till to date).
70. All the pages of technical & financial bids should be marked as page No.
71. Substandard, broken seal & substituted bids will not be acceptable.
72. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed will not
be entertained.
73. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as non-
responsive. Extendable equal to the period of the original bid validity.
74. Facility of the supplies must be available round the clock.
75. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital
Bahawalnagar
Page 84 of 238
Bidder Signature & Stamp
76. The validity of the contract will be till 30-06-2020, extendable for three (03) months if needed.
77. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
78. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times strictly in accordance with the provision of law and regulations as prescribed by PPRA
(amended till date) and will be responsible for the quality/quantity of items supplied by him/her.
79. The supplier/tenderer should ensure the availability of wide range of items. No alternate shall be
acceptable.
In case of default, the administration may take appropriate action including fine to be decided
by the administration.
80. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids has been
submitted however the procuring agency may seek and accept clarification to the bid that do not
change the substance of the bid.
81. Limitation on Negotiations: There shall be no negotiation with the bidder. 82. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
83. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law, rules
regulations or policy of the Government of Punjab, shall be awarded the procurement award.
84. Performance Guarantee: The successful bidder shall furnish performance security 05% of total
estimated cost in addition to bid security already deposited by the firm. The performance security
shall be deposited in the shape of cash deposit receipt.
85. Qualification of suppliers and Contractors: The procuring agency, at any stage of the
procurement proceeding, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
86. No Offer will Be Considered if:
• It is submitted without call deposit by the registered firm in the name of Medical Superintendent
DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.
• It is unsigned.
• It is ambiguous.
• It is not written on the firm’s letter head.
• It is over written.
• It is conditional.
• It is given by the black listed, suspended and removed firm from the approval list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal
Government.
• It is received with a validity period shorter than 30 June 2020.
• Does not confirm to the general conditions of the tender.
• It is received without earnest money as specified in the tender.
• Bidding document are not attached with bids.
87. All the pages of tender must be signed properly at the bottom.
88. Successful bidder is bound to supply the quantities of all the desired brands.
89. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, if supplier
Page 85 of 238
Bidder Signature & Stamp
showed non-compliance of terms and conditions, Procuring Agency will cancel the contract
at any time without giving any advance notice.
90. In case of any dispute the decision of the Medical superintendent DHQ Hospital Bahawalnagar will
be final.
91. The Supplier will be responsible to mentions details of items in the bill like Generic Name of item,
Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.
92. In Case of non-supply of any item within stipulated period as per contract, risk purchase may be
done from any other reputable institute and difference shall be deducted from the performance
guarantee of contractor.
93. The firm will be fully responsible to supply the store as per requirement of DDO as per supply
order. 94. Warranty of stationary and printing items supplied as per tender specification of Quality & Quantity
(Comprehensive).
95. The required stationary and printing items will be supplied on required Quality & Quantity as per the specification of
tender.
96. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt
of such notice, the supplier shall replace the items within Seven (7) days, inclusive of, where applicable, the cost of
inland delivery
97. Delivery and Payment
XVI. The order for purchase of stationary and printing items shall be placed through Medical
Superintendent DHQ Hospital Bahawalnagar.
XVII. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per
prescribed mechanism of hospital.
XVIII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In
case of constant default the process of risk purchase should be repeated and tenders may be re-
called for fresh competition.
XIX. The contractor will submit the bills on monthly basis for payment.
XX. The contractor will provide an authentic price list of items if and when required for verification of
bills.
XXI. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
XXII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).
Page 86 of 238
Bidder Signature & Stamp
GENERAL CONDITIONS
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
Page 87 of 238
Bidder Signature & Stamp
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
4.3
4.4
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Page 88 of 238
Bidder Signature & Stamp
5.3
5.4
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
of the product to the designated office or staff, as the case may
be.
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
10. Delivery and
Documents
10.1
10.2
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
Page 89 of 238
Bidder Signature & Stamp
10.3 The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
Page 90 of 238
Bidder Signature & Stamp
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
Page 91 of 238
Bidder Signature & Stamp
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xix. Submission of false fabricated / forged documents for
procurement in tender.
xx. Not attaining required quality of work.
xxi. Inordinate tardiness in accomplishment of assigned/agreed
responsibilities / contractual obligations resulting loss to
procuring agency / Government.
xxii. Non execution of work as per terms & condition of contract.
xxiii. Any unethical or unlawful professional or business behavior
detrimental to good conduct and integrity of the public
procurement process.
xxiv. Involvement in any sort of tender fixing.
xxv. Persistent and intentional violation of important conditions of
contract
xxvi. Non-adherence to quality specification despite being
importunately pointed out.
Page 92 of 238
Bidder Signature & Stamp
xxvii. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of the
procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
22.2
22.3
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
Page 93 of 238
Bidder Signature & Stamp
29.
Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
24.3 In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
28.Taxation
27.1
27.2
28.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 94 of 238
Bidder Signature & Stamp
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
TECHNICAL SPECIFICATIONS OF THE CONTRACT
A). Product Specifications. (Printing Items)
(Detailed technical specifications, given in Award of Contract, will be followed)
Sr. No Item Name Specification Requirement
1 Investigation
Form
A5 Size 68 gm 100 Pages
Printing Required with Monogram of
P&SHCD in header and DHQ
Hospital Bahawalnagar in footer of
each page 2 Blood Form
A5 Size 68 gm 100 Pages
3 Admission Slips A4 Size 68 gm 100 Pages
Page 95 of 238
Bidder Signature & Stamp
4 Discharge Slips A4 Size 68 gm 100 Pages
(Black & White Color only, except
for item No.35 for which mono color
(blue) required.
Printing Required with Monogram of
P&SHCD in header and DHQ
Hospital Bahawalnagar in footer of
each page
(Black & White Color only, except
for item No.35 for which mono color
(blue) required.
5 Bio Chemistry
Form
A5 Size 68 gm 100 Pages
6 Hematology Form A5 Size 68 gm 100 Pages
7 Admission
Register
200 PAGES 68 gm
8 Indent Book 100 Pages 70 gm A4 Size
9 Consent Form A4 Size 68 gm 100 Pages
10 FR-13 L Expense
Register
300 PAGES A4 Size 68 gm
11 FR-14 Expense
Register
300 Pages A4 Size 68 gm
12 FR-12 Stock
Register
300 Pages A4 Size 68 gm
13 OT Register 300 Pages A4 Size 68 gm
14 CT Scan Form A5 Size 100 Pages 68 gm
15 Daily Citizen Feed
Back A4 Size 100 PAGES 68 GM
16 Death Register A4 size Carbon Copy 100 Pages
17 Referral Register A4 size Carbon Copy 100 Pages
18 Cross Match
Register A4 Size 200 Pages 68 gm
19 Donor Register A4 Size 200 Pages 68 gm
20 Daily Medicines
Register A4 size 200 pages 68 gm
21 Receipt Book A5 Size 100 Pages 70 gm
22 Medical Rape
Register A4 Size 200 Pages 70 gm
23 MLC Register Large Size 17*27 100 pages 68
gm
24 Outdoor register Large Size 17*27 200 pages 68
gm
25 Referral Form A4 Size 100 pages 68 gm
26 Hemodialysis
Form A4 Size 100 PAGES 68 GM
27 MSDS Stickers A5 Size (Glue Stickers)
28 Medical Allied
File
A4 Size (18 pages 80 gm) with
file card cover of 200-300 gm.
29 Surgical Allied
File
A4 Size (18 pages 80 gm) with
file card cover of 200-300 gm.
30 Peads Allied File A4 Size (18 pages 80 gm) with
file card cover of 200-300 gm.
Page 96 of 238
Bidder Signature & Stamp
31 Gynae C Section A4 Size (18 pages 80 gm) with
file card cover of 200-300 gm.
32 Dialysis File A4 Size (8 pages 80 gm) with
file card cover of 200-300 gm.
33 Consent/Willing
form A4 Size 100 pages carbon Copy
34 Emergency OPD
Slips
Both side Printing A4 Size 68
grm, 100 pages each pad.
35 COD Outdoor
Slips
Carbon Copy Pad (each Pad
consists on100 pages) Size 7.5
inch * 6 inch, Mono Color
(Blue)
36 File Cover Printed with Monogram of
P&SHCD and DHQ Hospital
Bahawalnagar
A). Product Specifications. (Stationary Items) Following stationary items would be required as per specification mentioned against each item.
Sr. No Items Name Made in (Local
/Important 1 White Page 17*27 Local 68 gm
2 Paper Rim A4 80 gm Copay Mate
3 Stapler 24/6 Dollar
4 Stapler Pin 24/6 Dollar
5 Common Pin Dollar
6 Blank Register 20 No
7 File Cover As per Sample
8 Stamp Pad Dollar
9 Calculator Citizen
10 Box File China
11 Board Markers Dollar
12 Pointer Black Dollar
13 Ball point Signature Blue
14 Red Pointer Dollar
15 Tags Small & Large Local
16 Pin opener Dollars
17 ECG Rolls 80*20
18 ECG Rolls 63*30
19 Envelope Large Size Local
20 Envelope A4 Size Local
21 Envelope Letter Size Local
22 Bin Card
23 Punch Machines Large Size Dollar
24 Binding Tape Local
25 Binding Sheet A4 Size China
Page 97 of 238
Bidder Signature & Stamp
26 Binding Sheet Legal Size China
27 Sharp Cutter Dollar
28 Stapler Large Heavy Duty Dollar
29 Stapler Pin Large Heavy Duty Dollar
30 Gum Stick Dollar
31 File Folder Local
32 X-Ray Envelope 14*12 Printed DHQ Hospital
Bahawalnagar 33 Highlighter Dollar
34 Scale Dollar
35 Permeant Color Marker Dollar
36 Led Pencil Dollar
37 Blue Ink Dollar
38 Pencil Sharpener Dollar
39 Dispatch Register Local
40 Carbon Dollar
41 Gel Ball point Uni Ball
42 Flag Tag (File Tag) Local
43 Notice Board Pin Local
b). Testing/Verification Procedures
v. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality, if found not according to the approved sample and other
technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier
will also be responsible to replace the unconsumed expired items without any further charges.
c) Transportation/Delivery Requirements vii. The Supplier shall arrange such transportation of the items as is required to prevent their damage
or deterioration during transit to their final destination and in accordance with the terms and manner
prescribed in the Schedule of Requirement.
viii. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the
Supplier.
d) Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than
10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.
Page 98 of 238
Bidder Signature & Stamp
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
1 Past
Performance
Sales Revenue in terms of relevant
supply to Govt Institutes in last 2 years.
Sr.
No
Sales Revenue in
Millions
Score
1 1 Million 3
2 2 to 3 Million 6
3 3 to 4 Million 9
4 4 to 5 Million 12
5 5 and Above 15
15
Attested Purchase
orders/supply orders of
institutes be attached
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued
by the concerned Authority is
required.
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V.Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-20 Million 15
3 Above 20 Million 20
20 Bidders having less than 5
Million are ineligible.
5
Manufacturer‟s
Authorization
status of the
bidder for
Stationary
Store Items
1 Authorized
partner/distributor
5
2 Owner/Proprietor of
Printing Press
10
10
Partnership deed or affidavit
of ownership required on
Judicial paper
6
Company
profile with
details of
technical and
sales staff
1 Have up to 05 persons 10
2 Have more than 10
persons.
15
15 Technical Human Resources
and company profile.
Page 99 of 238
Bidder Signature & Stamp
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100
Qualifying marks: 50%
FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or their
authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to adjust
the same in the Financial Proposal.
ANNEX-1
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Page 100 of 238
Bidder Signature & Stamp
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
Dated this [insert: number] day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 101 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial
Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,
Detailed Specifications and the required supporting documents along with our Technical Bid as per
tender eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 3
Page 102 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal
for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have
attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along with
our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 4
QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with
Financial Proposal in individually sealed envelope for each item in a single main sealed
envelope for all items.
Page 103 of 238
Bidder Signature & Stamp
Bidders are required to fill this form for the items of printing they wish to quote as per
detailed specification of items mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Item Name
Quantity/
Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST
1 Investigation Form
2 Blood Form
3 Admission Slips
4 Discharge Slips
5 Bio Chemistry Form
6 Hematology Form
7 Admission Register
8 Indent Book
9 Consent Form
10 FR-13 L Expense
Register
11 FR-14 Expense
Register
12 FR-12 Stock
Register
13 OT Register
14 CT Scan Form
15 Daily Citizen Feed
Back
16 Death Register
17 Referral Register
18 Cross Match
Register
19 Donor Register
20 Daily Medicines
Register
21 Receipt Book
22 Medical Rape
Register
23 MLC Register
24 Outdoor register
25 Referral Form
26 Hemodialysis Form
27 MSDS Stickers
28 Medical Allied File
29 Surgical Allied File
30 Peads Allied File
31 Gynae C Section
32 Dialysis File
Page 104 of 238
Bidder Signature & Stamp
33 Consent/Willing
form
34 Emergency OPD
Slips
35 COD Outdoor Slips
36 File Cover
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with
Financial Proposal in individually sealed envelope for each item in a single main sealed
envelope for all items.
Bidders are required to fill this form for stationary items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Sr. No Items Name
Quantity/
Unit
Price
without
Tax
GST/PST Price
with
GST/PST
Total
Price
with
GST/PST 1 White Page 17*27
2 Paper Rim A4 80
gm
3 Stapler 24/6
4 Stapler Pin 24/6
5 Common Pin
6 Blank Register
7 File Cover
8 Stamp Pad
9 Calculator
10 Box File
11 Board Markers
12 Pointer Black
13 Ball point
14 Red Pointer
15 Tags Small & Large
16 Pin opener
17 ECG Rolls
18 ECG Rolls
19 Envelope Large Size
20 Envelope A4 Size
21 Envelope Letter Size
22 Bin Card
23 Punch Machines
Large Size
24 Binding Tape
25 Binding Sheet A4
Size
26 Binding Sheet Legal
Size
27 Sharp Cutter
28 Stapler Large Heavy
Duty
29 Stapler Pin Large
Heavy Duty
30 Gum Stick
31 File Folder
Page 105 of 238
Bidder Signature & Stamp
32 X-Ray Envelope
14*12
33 Highlighter
34 Scale
35 Permeant Color
Marker
36 Led Pencil
37 Blue Ink
38 Pencil Sharpener
39 Dispatch Register
40 Carbon
41 Gel Ball point
42 Flag Tag (File Tag)
43 Notice Board Pin
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
ANNEX- 5
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
iii. DHQ HOSPITAL BAHAWALNAGAR
Page 106 of 238
Bidder Signature & Stamp
Free delivery to Consignee’s end (DDP) basis.
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order.
07 Days 03Days
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 6
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
Page 107 of 238
Bidder Signature & Stamp
This guarantee is valid until the____________ day of_________, 201___
Signature and Seal of the Guarantors/ Bank
Address
Date
ANNEX- 7
PAYMENT SCHEDULE
iii. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably
be central;
e. against satisfactory performance and upon submission of required documents and in accordance with the
procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
f. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government
dues (if any) including Professional Tax
iv. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the
receipt of complete supply as per schedule mentioned in schedule of requirement within due time.
Page 108 of 238
Bidder Signature & Stamp
ANNEX- 8
CONTRACT FORM AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
3. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
Page 109 of 238
Bidder Signature & Stamp
j. The bidding document of Procuring Agency Annex-J
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”: 21. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless
amended by mutual consent.
22. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business
practice.
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall
not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or
other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly
declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all
persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation
and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under
any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to
indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Procuring Agency.
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
23. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the
Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical
Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with
transportation and other agreed incidental costs.
24. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
Page 110 of 238
Bidder Signature & Stamp
25. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
26. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
27. Performance Guarantee/Security:
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
28. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time
frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall
stand cancelled.
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance
Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount
of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted
minimum for two years for future participation.
(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent
contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance
of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered
supply shall be imposed upon the Supplier.
29. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
Page 111 of 238
Bidder Signature & Stamp
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For The Manufacturer/
Authorized Agent.
Sealed & Signed on behalf of Purchaser
Witnesses-1 on behalf of the Contractor
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the Contractor
CC:-
7. ---------------------------------------
8. ---------------------------------------
9. ---------------------------------------
Witnesses-2 on behalf of the Purchaser
ANNEX- 9
AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that: 20) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
21) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
22) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.
23) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
24) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.
25) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related
to this bid or award or contract.
26) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
27) That the prices offered are not more than trade price.
Page 112 of 238
Bidder Signature & Stamp
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 10
INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
Page 113 of 238
Bidder Signature & Stamp
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 7) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
8) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other
institutes during same fiscal year.
9) That if our offered prices found higher than offered prices of our firm against prescribed items in other served
institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 11) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
12) That our firm and proprietor both are registered with FBR in lieu of NTN and GST, and are active filer in terms of both
income tax and sales tax.
Page 114 of 238
Bidder Signature & Stamp
13) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation
(both income tax and GST) and in terms of violation of any contract with any Public or semi public institute.
14) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in
lieu of Income Tax & Sales Tax.
15) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or
may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 13
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed
Bidding Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
Page 115 of 238
Bidder Signature & Stamp
should attached with financial bid & photocopy of the
same attached with
Technical bid as demanded in bidding document.
5 Company Profile
6 Copy of CNIC of Proprietor
7 National Tax Number and General Sale Tax number
certificate.
8 Schedule of requirements
9 Partnership Deed on stamp paper for evidence of
ownership or partnership with printing press)
10 Price Responsibility Affidavit
11 Non Blacklisting Affidavit
12 Bidders Undertaking/Affidavit
13 Integrity Pact Affidavit
Note: All the above documents and any other supporting document must be page number &
must be mentioned in the column specified for the purpose.
*Technical Evaluation Committee can call any firm owner/representative participating in the
tender process for the verification of the documented evidence attached with the technical
proposal by the firm.
Total Number of pages attached with the Technical Bid __________Pages
14 Tender Document duly signed and
stamped each page by the bidder must
be attached at the end of the Technical
Bid but numbering is not required for
this document.
15 Bank Statement of Firm’s bank
Account
Envelope B : Enclosures of Financial
Proposal
Attached(Yes/No) Page No
16 Financial Proposal Covering Letter
17 Quoted Price Schedule Rates Form
duly filled, signed and stamped by the
bidder
18 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will result in rejection of bid.
II. No reminder or letter will be issued for any missing document.
Page 116 of 238
Bidder Signature & Stamp
(DHQ HOSPITAL BAHAWALNAGAR)
Page 117 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 6
4 REJECTION OF BIDS 6
5 ACCEPTANCE OF BIDS 7
6 PERFORMANCE GUARANTEE 7
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7
8 NO OFFER WILL BE CONSIDERED IF IT 7
9 INSPECTION AND TEST/ANALYSIS 7
10 DELIVERY AND PAYMENT 8
11 GENERAL CONDITIONS 9
12 TECHNICAL SPECIFICATION OF THE CONTRACT 19
13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 27
14 FINANCIAL EVALUATION 28
15 ANNEX-1 (LETTER OF INTENTION) 29
16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 30
17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 31
18 ANNEX-4 (QOUTATION PRICE SCHEDULE) 32
19 ANNEX-5 (SCHEDULE OF REQUIREMENTS) 40
19 ANNEX-6 (PERFORMANCE GUARANTEE FORM) 41
20 ANNEX-7 (PAYMENT SCHEDULE) 42
21 ANNEX-8 (CONTRACT FORM) 43
22 ANNEX-9 ((BIDDER’S UNDERTAKING ON THE STAMP PAPER) 47
23 ANNEX-10 (INTEGRITY PACT) 48
24 ANNEX-11 ( PRICE RESPONSIBILTY CERTIFICATE) 49
25 ANNEX-12(NON BLACKLISTING AFFIDAVIT) 50
26 ANNEX-13 (CHECK LIST) 51
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
Page 118 of 238
Bidder Signature & Stamp
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
40. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
41. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
42. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
Page 119 of 238
Bidder Signature & Stamp
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
43. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
44. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
45. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
46. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
47. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
48. The bidders are requested to give their lowest and best prices with their bids.
49. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
50. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
51. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
52. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
Page 120 of 238
Bidder Signature & Stamp
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background
and registered with NTN and sales tax for the purchase of General items for the financial year 2019-20
involved in running institutional business/distribution/manufacturing or production of General items.
Tender should be sent in the name of Medical Superintendent DHQ Hospital Bahawalnagar along with the
following documents.
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/N
O
Page No
01. Original Receipt for purchase of tender and signed copy of bidding document.
02. Copy of proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical Superintendent
DHQ Hospital Bahawalnagar, should be attached with financial bid &
photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04 National tax number & General Sales Tax Number Certificate.
05 All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of authorized
person. Moreover, signing and stamping on each page of bidding
documents/form is mandatory.
Page 121 of 238
Bidder Signature & Stamp
06 Price Responsibility Certificate: The Bidder must submit an affidavit on
judicial paper of Rs. 100 that they have not supplied these items at lower rate
than the price quoted in the tender to any other Govt Institute in current
financial year
07 Undertaking regarding the firm never black listed, uninterrupted supply of
items on the legal stamp paper of Rs. 100/- Person having registered more than one
companies with FBR must ensure that none of his company is been ever blacklisted by the
FBR, in lieu of Income Tax & Sales Tax.
08
Undertaking with the version that the bidder understands and agrees to all terms
and conditions of bidding document, shall abide by all rules, regulations, and
all general and special clauses of this bidding document and all information
given by bidder in the bidding document is correct to the best of my knowledge
on the legal stamp paper of Rs.100.
GENERAL TERMS & CONDITIONS
98. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.
99. The envelope must also clearly show the bid title and bidder’s name and address. Failure to
comply with this requirement may result in rejection of the bid and the committee decision in this
regard shall be final. Bids submitted after the prescribed time shall not be entertained.
100. Only Technical Proposal will be opened by the tender opening committee. The financial
proposal will be opened by tender opening committee of responsive/technically successful
bidders later on the declared time place & date. Financial proposal of the non-responsive/
technically unsuccessful bidders will be returned as such to them on that date without opening
their financial offers as per PPRA Rules 2014 (amended till to date).
101. All the pages of technical & financial bids should be marked as page No.
102. Substandard, broken seal & substituted bids will not be acceptable.
103. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed
will not be entertained.
104. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as
non-responsive. Extendable equal to the period of the original bid validity.
105. Facility of the supplies must be available round the clock.
Page 122 of 238
Bidder Signature & Stamp
106. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital
Bahawalnagar
107. The validity of the contract will be till 30-06-2020, extendable for three (03) months if
needed.
108. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
109. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times strictly in accordance with the provision of law and regulations as prescribed by PPRA
(amended till date) and will be responsible for the quality/quantity of items supplied by him/her.
110. The supplier/tenderer should ensure the availability of wide range of items. No alternate
shall be acceptable.
In case of default, the administration may take appropriate action including fine to be decided
by the administration.
111. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids
has been submitted however the procuring agency may seek and accept clarification to the bid that
do not change the substance of the bid.
112.Limitation on Negotiations: There shall be no negotiation with the bidder. 113. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
114. Acceptation of Bids: The bidder with the highest discount, of not conflict in any other law,
rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.
115. Performance Guarantee: The successful bidder shall furnish performance security 05%
of total estimated cost in addition to bid security already deposited by the firm. The performance
security shall be deposited in the shape of cash deposit receipt.
116. Qualification of suppliers and Contractors: The procuring agency, at any stage of the
procurement proceeding, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
117. No Offer will Be Considered if:
• It is submitted without call deposit by the registered firm in the name of Medical Superintendent
DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.
• It is unsigned.
• It is ambiguous.
• It is not written on the firm’s letter head.
• It is over written.
• It is conditional.
• It is given by the black listed, suspended and removed firm from the approval list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal
Government.
• It is received with a validity period shorter than 30 June 2020.
• Does not confirm to the general conditions of the tender.
• It is received without earnest money as specified in the tender.
• Bidding document are not attached with bids.
118. All the pages of tender must be signed properly at the bottom.
119. Successful bidder is bound to supply the quantities of all the desired brands.
Page 123 of 238
Bidder Signature & Stamp
120. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, If supplier
showed non-compliance of terms and conditions, Procuring Agency will cancel the contract
at any time without giving any advance notice.
121. In case of any dispute the decision of the Medical superintendent DHQ Hospital
Bahawalnagar will be final.
122. The Supplier will be responsible to mentions details of items in the bill like Generic Name
of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.
123. In Case of non-supply of any item within stipulated period as per contract, risk purchase
may be done from any other reputable institute and difference shall be deducted from the
performance guarantee of contractor.
124. The firm will be fully responsible to supply the store as per requirement of DDO as per
supply order. 125. Warranty of General items supplied as per tender specification Quality & Quantity (Comprehensive). Supplier shall
be bound to provide new items under warranty, warranty period shall be mention on bill by the supplier. During
inspection if any used and without warranty item is found, such consignment shall be considered rejected and may lead
to cancellation of contract.
126. The Medical Superintendent shall notify the supplier in writing for any claim under warranty. Upon receipt of such
notice, the supplier shall replace the items within Seven (7) days, inclusive of, where applicable, the cost of inland
delivery.
127. Delivery and Payment
XXIII. The order for purchase of General items shall be placed through Medical Superintendent DHQ
Hospital Bahawalnagar.
XXIV. The authorized committee members/Storekeeper/Logistic Officer shall verify the bills as per
prescribed mechanism of hospital.
XXV. In case of delayed supply the risk purchase should be made from the security deposit of contractor.
In case of constant default the process of risk purchase should be repeated and tenders may be re-
called for fresh competition.
XXVI. The contractor will submit the bills on monthly basis for payment. The contractor will provide an
authentic price list of items if and when required for verification of bills.
XXVII. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
XXVIII. All applicable taxes shall be deducted as per prescribed rules (affidavit required).
Page 124 of 238
Bidder Signature & Stamp
GENERAL CONDITIONS
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
Page 125 of 238
Bidder Signature & Stamp
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
4.3
4.4
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
Page 126 of 238
Bidder Signature & Stamp
5.3
5.4
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
of the product to the designated office or staff, as the case may
be.
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
Page 127 of 238
Bidder Signature & Stamp
10. Delivery and
Documents
10.1
10.2
10.3
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
Page 128 of 238
Bidder Signature & Stamp
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) If the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
Page 129 of 238
Bidder Signature & Stamp
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xxviii. Submission of false fabricated / forged documents for
procurement in tender.
xxix. Not attaining required quality of work.
xxx. Inordinate tardiness in accomplishment of assigned/agreed
responsibilities / contractual obligations resulting loss to
procuring agency / Government.
xxxi. Non execution of work as per terms & condition of contract.
xxxii. Any unethical or unlawful professional or business behavior
detrimental to good conduct and integrity of the public
procurement process.
xxxiii. Involvement in any sort of tender fixing.
Page 130 of 238
Bidder Signature & Stamp
xxxiv. Persistent and intentional violation of important conditions of
contract
xxxv. Non-adherence to quality specification despite being
importunately pointed out.
xxxvi. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of the
procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
22.2
22.3
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
Page 131 of 238
Bidder Signature & Stamp
29.
Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
24.3
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
28.Taxation
27.1
27.2
28.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 132 of 238
Bidder Signature & Stamp
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
Page 133 of 238
Bidder Signature & Stamp
TECHNICAL SPECIFICATIONS OF THE CONTRACT A1). Product Specifications. (General Items)
(Detailed technical specifications, given in Award of Contract, will be followed)
Following General items would be required as per specification mentioned against each
item.
Sr. No Item Name Qty Quality
1 B.P apparatus Stand/Wall Type (Japanese made with SiliconMataaial) No. Import Quality
2 B.P apparatus Mercury Type (Japanese made with Silicon Material) No. Import Quality
3 B.P apparatus Watch Type (Japanese made with Silicon Material) No. Import Quality
4 B.P Cuff with Bladder and Bulb No. Import Quality
5 Stethoscope No. Import Quality
6 Oxygen Regulators for peads No. Import Quality
7 Oxygen Regulators for adults/large cylinders No. Import Quality
8 Wrenches/ Key for oxygen cylinders No. Import Quality
9 Iron Locks with keys (Normal Size) No. Import Quality
10 Nebulizers (Portable) No. Import Quality
Page 134 of 238
Bidder Signature & Stamp
11 Hot Pack (Physiotherapy Item) No. Import Quality
12 Sterigauge Strips No. Import Quality
13 Sterigauge tape No. Import Quality
14 Chemistry Vial No. Import Quality
15 CBC Vial No. Import Quality
16 Shoe Cover Machine Paper roll No. Import Quality
17 Digital Thermometers for room No. Import Quality
18 Canon 2004n Photocopy tonner No. Import Quality
19 Oxygen Floor Meter No. Import Quality
20 OT. Kit No. Import Quality
21 Autoclave Rubber No. Import Quality
22 Toshiba Photocopy Ink toner No. Import Quality
23 Autoclave Elements No. Import Quality
24 Welding Plant (Small Size) No. Import Quality
25 Wire Lock No. Import Quality
26 water Dispenser No. Import Quality
27 Ragzeen Sheet (Meter) No. Import Quality
28 Macintosh sheet (Meter) No. Import Quality
29 Electric Heater (General Size) No. Import Quality
30 Scanner (HP Jet Pro 3000 s4) No. Import Quality
A2). Product Specifications. (Electrical Items) (Detailed technical specifications, given in Award of Contract, will be followed)
Following electrical items would be required as per specification mentioned against each
item.
Sr.
No
Items Unit Quality
1 Wire 7/0.64 Single Coil Local Made
2 Wire 7/.44 Single Coil Local Made
3 Wire 7/.29 Single Coil Local Made
4 Wire 3/.29 Single Coil Local Made
5 Wire 1/Pair Coil Local Made
6 Wire 7/.52 Double Coil Local Made
7 Switch Piano Dozen Local Made
8 Socket Piano Dozen Local Made
9 Fluch Socket Dozen Local Made
10 Three Pin Sho Dozen Local Made
11 Power Plug 30 Amps Dozen Local Made
Page 135 of 238
Bidder Signature & Stamp
12 Light Plug Dozen Local Made
13 2 Pin Show Dozen Local Made
14 Solution tape Packet Local Made
15 Fan Dimmer Dozen Local Made
16 Capacitor 3.5 Dozen Local Made
17 Holder B 22 Dozen Local Made
18 Holder E 27 Dozen Local Made
19 Steel Nail 1"+1.5"+2"+2.5"+3"+4"+5"+6" Packet Local Made
20 PVC Pipe 3/4'' Bundle Local Made
21 Band + elbow Packet Local Made
22 Ts 3/4" Packet Local Made
23 Band 1" Packet Local Made
24 Circuit Breaker 10A No. Local Made
25 Circuit Breaker 16A No. Local Made
26 Circuit Breaker 20A No. Local Made
27 Circuit Breaker 32A No. Local Made
28 TP Breaker 60A No. Local Made
29 TP Breaker 100A No. Local Made
30 LED Bulb 40 Watt + 30 Watt +20 Watt+12 Watt No. Local Made
31 LED Light 100Wt No. Local Made
32 Rod 40W No. Local Made
33 Chok 40W Iron No. Local Made
34 Tube Light Complete No. Local Made
35 Sheet 5x10 No. Local Made
36 Sheet 8x5 No. Local Made
37 Frame P Open China No. Local Made
38 Frame L.P Open China No. Local Made
39 Wire 7/0.44 Four Core Meter Local Made
40 Wire 7/0.64 Four Core Meter Local Made
41 Wire 19/0.52 Four Core Meter Local Made
42 Wire 19/0.64 Four Core Meter Local Made
43 Wire 19/0.83 Four Core Meter Local Made
44 Wire 37/0.83 Four Core Meter Local Made
45 Wire 37/0.104 Single Meter Local Made
46 Circuit Breaker 1.5 A No. Local Made
47 Circuit Breaker 6 A No. Local Made
48 Circuit Breaker 63 A No. Local Made
49 Breaker Two Pole 16 A No. Local Made
50 Breaker Two Pole 32 A No. Local Made
51 Breaker Two Pole 63 A No. Local Made
52 TP Breaker 125 A No. Local Made
53 TP Breaker 150 A No. Local Made
Page 136 of 238
Bidder Signature & Stamp
54 TP Breaker 200 A No. Local Made
55 TP Breaker 225 A No. Local Made
56 TP Breaker 300 A No. Local Made
57 TP Breaker 350 A No. Local Made
58 TP Breaker 400 A No. Local Made
59 TP Breaker 500 A No. Local Made
60 TP Breaker 600 A No. Local Made
61 TP Breaker 1000 A No. Local Made
62 TPN Breaker 60 A No. Local Made
63 TPN Breaker 100 A No. Local Made
64 TPN Breaker 125 A No. Local Made
65 TPN Breaker 200 A No. Local Made
66 TPN Breaker 225 A No. Local Made
67 TPN Breaker 300 A No. Local Made
68 TPN Breaker 350 A No. Local Made
69 TPN Breaker 400 A No. Local Made
70 TPN Breaker 500 A No. Local Made
71 TPN Breaker 600 A No. Local Made
72 TPN Breaker 100 A No. Local Made
73 Thimble 1.5 MM No. Local Made
74 Cable Tie 1" to 12" Packet Local Made
7 Timers + relays 220 Volts for use of ATS Panel with base No. Local Made
76 Magnet Connector 100 Amp No. Local Made
77 LED Ceiling Light 2'×2' No. Local Made
78 LED Ceiling Light 6" No. Local Made
79 Electric Water Pump 20HP No. Local Made
80 Electric Water Pump 2 HP No. Local Made
81 Electric Water Pump 1 HP No. Local Made
82 Starter S-10 No. Local Made
83 Mosquito Killer 2' No. Local Made
84 Mosquito Killer rods 2' No. Local Made
85 Starter S-2 No. Local Made
86 3 Pin Show Dozen Local Made
87 Magnet Connector 200 Amp No. Local Made
88 Magnet Connector 300 Amp No. Local Made
89 Magnet Connector 400 Amp No. Local Made
90 Magnet Connector 600 Amp No. Local Made
91 Thimble 2.5 MM No. Local Made
92 Thimble 4 MM No. Local Made
93 Thimble 6 MM No. Local Made
94 Thimble 8 MM No. Local Made
95 Thimble 10 MM No. Local Made
Page 137 of 238
Bidder Signature & Stamp
96 Thimble 16 MM No. Local Made
97 Thimble 35 MM No. Local Made
98 Thimble 40 MM No. Local Made
99 Thimble 50 MM No. Local Made
100 Thimble 70 MM No. Local Made
101 Thimble 120 MM No. Local Made
102 Thimble 150 MM No. Local Made
A3). Product Specifications. (Sanitary Items) (Detailed technical specifications, given in Award of Contract, will be followed)
Following electrical items would be required as per specification mentioned against each
item.
NO. Items Qty Make/Quality
1 Sakat.simple.25mm No. Finest Quality
2 T.simple.25mm No. Finest Quality
3 Union.25mm No. Finest Quality
4 Gate wall.25mm No. Finest Quality
5 t.25*1/2 No. Finest Quality
6 Drill machine( hilti) No. Finest Quality
7 Tool kit plumber full No. Finest Quality
8 Cutter blade No. Finest Quality
9 C p cup No. Finest Quality
Page 138 of 238
Bidder Signature & Stamp
10 C p Nozzle No. Finest Quality
11 Rubber connection 1*1/2 No. Finest Quality
12 Thread tape No. Finest Quality
13 Bibb cook No. Finest Quality
14 Grander MAX No. Finest Quality
15 Side pillar cock No. Finest Quality
16 Sink mixer No. Finest Quality
17 Bassoon mixer No. Finest Quality
18 Waste complain sink No. Finest Quality
19 Waste complain bassoon No. Finest Quality
20 Bolt kit bassoon No. Finest Quality
21 Muslim shower Master No. Finest Quality
22 Double bib cock No. Finest Quality
23 T cock No. Finest Quality
24 Wall shower set Master No. Finest Quality
25 Solution No. Finest Quality
26 Handel wall ½ ¾ No. Finest Quality
27 Pipe nipple ½ 3” No. Finest Quality
28 Pipe nipple ½*6” No. Finest Quality
29 Pipe 25 mm No. Finest Quality
30 L bow simple 25mm No. Finest Quality
31 Socket 25*1/2 No. Finest Quality
32 L bow 25 *1/2 No. Finest Quality
33 Commode Master No. Finest Quality
34 Bassoon No. Finest Quality
35 Flush Tank Master No. Finest Quality
36 Pipe 32 mm No. Finest Quality
37 Elbow 32 mm No. Finest Quality
38 T Simple32 mm No. Finest Quality
39 Socket Simple 32 mm No. Finest Quality
40 Elbow 32 ¾ No. Finest Quality
41 Socket 32 ¾ No. Finest Quality
42 T 32 ¾ No. Finest Quality
43 Gate Wall32 mm No. Finest Quality
44 Pipe Hook No. Finest Quality
45 Pipe GI 4” No. Finest Quality
46 Bend 4” No. Finest Quality
47 Flench 4” No. Finest Quality
48 Jeen 4” No. Finest Quality
49 Nut Bolt 4’ ½” No. Finest Quality
50 Gate Valve 4” No. Finest Quality
51 Flex valve 4” No. Finest Quality
Page 139 of 238
Bidder Signature & Stamp
52 Flex valve 3” No. Finest Quality
53 Gate Valve 3” No. Finest Quality
54 Geen 3” No. Finest Quality
55 PVC Pipe 6” No. Finest Quality
56 Socket 6” PVC No. Finest Quality
57 PVC Pipe 3” No. Finest Quality
58 Socket 3” No. Finest Quality
59 PVC Pipe 4” No. Finest Quality
60 Socket 4” No. Finest Quality
61 Gate Valve 6” No. Finest Quality
62 Welding Plant 240 watt No. Finest Quality
63 Power Cutter With Blade14” No. Finest Quality
64 PPR Dye No. Finest Quality
65 Pipe Cutter No. Finest Quality
66 Elbow PVC 3” No. Finest Quality
67 Elbow PVC 4” No. Finest Quality
68 Water Pump 100 HD No. Finest Quality
A4). Product Specifications. (Street light Items) (Detailed technical specifications, given in Award of Contract, will be followed)
Following street light items would be required as per specification mentioned against each
item.
Sr.No ITEM NAME Qty QUALITY
1 RAWAL BOLT 2.5" No. FINSET QUALITY
2 TP MAIN SWITCH 60 AMP No. FINSET QUALITY
3 ROOP LIGHT No. FINSET QUALITY
4 ENERGY SEVER 52 WATT WITH ONE YEAR
WARRANTY
No. FINSET QUALITY
5 PIPE 1" No. FINSET QUALITY
6 HOLDER E-27 No. FINSET QUALITY
7 SCREW NUTS No. FINSET QUALITY
8 CLUMPS No. FINSET QUALITY
Page 140 of 238
Bidder Signature & Stamp
9 CABLE TIE No. FINSET QUALITY
10 CONNECTOR 30 AMP No. FINSET QUALITY
11 WIRE 3/29 SINGLE CORE No. FINSET QUALITY
12 BEND 2" 3.5 FT IRON No. FINSET QUALITY
13 BEND 1" PVC 0.6 FT No. FINSET QUALITY
14 BEND ¾ No. FINSET QUALITY
15 WIRE 1 AMP No. FINSET QUALITY
16 STREET CLUMP SMALL No. FINSET QUALITY
17 WIRE 7/44 No. FINSET QUALITY
18 WIRE 7/64 No. FINSET QUALITY
19 ENERGY SAVER 42 WATT WITH ONE YEAR
WARRANTY
No. FINSET QUALITY
A5). Product Specifications. (Waste Management Items) (Detailed technical specifications, given in Award of Contract, will be followed)
Following electrical items would be required as per specification mentioned against each
item.
Sr.
No.
Item Name Description
of Item/Qty
Made In
(Local/Imported) 1 Sharp Box Plastic/No Local
2 Syringe Cutter Plastic/No Local
3 Bleaching Powder Bag/No Local
4 Examination Gloves Boxes/No Imported
5 Long Shoes Fine
Quality/Pair
Local
6 Uniform Fine
Quality/No
Local
7 Leather Long Gloves Fine
Quality/Pair
Local
8 Plastic Long Gloves Fine
Quality/Pair
Local
9 Safety Glasses Fine
Quality/No
Local
Page 141 of 238
Bidder Signature & Stamp
10 Safety Helmet Fine
Quality/No
Local
11 Large Drum Plastic Plastic/No Local
12 N95 Mask Boxes/No Imported
13 Yellow Bin with Pedal Small
Size/No
Local
14 Yellow Bin without Pedal Small
Size/No
Local
15 Chlorine Solution Liquid 20% Bottle/No Imported
16 Washing Powder Per KG Local
17 Blue Powder (Neel) Per KG Local
18 Shampoo Soda Per KG Local
19 Washing Soap (Cloth Soap) Per KG Local
b). Testing/Verification Procedures
vi. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality, if found not according to the approved sample and other
technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier
will also be responsible to replace the unconsumed expired items without any further charges.
c) Transportation/Delivery Requirements ix. The Supplier shall arrange such transportation of the items as is required to prevent their damage
or deterioration during transit to their final destination and in accordance with the terms and manner
prescribed in the Schedule of Requirement.
x. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the
Supplier.
d) Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than
10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
1 Past
Performance
Sales Revenue in terms of relevant
supply to Govt Institutes in last 2 years.
Sr.
No
Sales Revenue in
Millions
Score
1 1 Million 3
2 2 to 3 Million 6
3 3 to 4 Million 9
4 4 to 5 Million 12
5 5 and Above 15
15
Attested Purchase
orders/supply orders of
institutes be attached
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued by
the concerned Authority is
required.
Page 142 of 238
Bidder Signature & Stamp
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V.Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-20 Million 15
3 Above 20 Million 20
20 Bidders having less than 5
Million are ineligible.
5 Local Market
Business
History
1 1-2 Years 5
2 More than 02 years 10
10 Evidence of year wise business
would be required.
6
Company
profile with
details of
technical and
sales staff
1 Have up to 05 persons 10
2 Have more than 10
persons.
15
15 Technical Human Resources
and company profile.
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100
Qualifying marks: 50%
FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tenderer(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or their
authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to adjust
the same in the Financial Proposal.
Page 143 of 238
Bidder Signature & Stamp
ANNEX-1
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
Dated this [insert: number]day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 144 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial
Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,
Detailed Specifications and the required supporting documents along with our Technical Bid as per
tender eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 3
Page 145 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal
for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have
attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along with
our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 4
QOUTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with Financial Proposal in individually
sealed envelope for each item in a single main sealed envelope for all items.
Bidders are required to fill this form for the general store items they wish to quote as per detailed specification of items
mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Page 146 of 238
Bidder Signature & Stamp
Sr. No Item Name Quantity/
Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST 1 B.P apparatus
Stand/Wall Type
(Japanese made with
Silicon Material)
2 B.P apparatus
Mercury Type
(Japanese made with
Silicon Material)
3 B.P apparatus Watch
Type (Japanese
made with Silicon
Material)
4 B.P Cuff with
Bladder and Bulb
5 Stethoscope
6 Oxygen Regulators
for peads
7 Oxygen Regulators
for adults/large
cylinders
8 Wrenches/ Key for
oxygen cylinders
9 Iron Locks with keys
(Normal Size)
10 Nebulizers
(Portable)
11 Hot Pack
(Physiotherapy Item)
12 Sterigauge Strips
13 Sterigauge tape
14 Chemistry Vial
15 CBC Vial
16 Shoe Cover Machine
Paper roll
17 Digital
Thermometers for
room
18 Canon 2004n
Photocopy tonner
19 Oxygen Floor Meter
20 OT. Kit
21 Autoclave Rubber
22 Toshiba Photocopy
Ink toner
23 Autoclave Elements
24 Welding Plant
(Small Size)
25 Wire Lock
26 water Dispenser
27 Ragzeen Sheet
(Meter)
28 Macintosh sheet
(Meter)
29 Electric Heater
(General Size)
30 Scanner (HP Jet Pro
3000 s4)
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ---------------------------------
Bidders are required to fill this form for the electrical items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Item Name Quantity
/Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST 1 Wire 7/0.64 Single
2 Wire 7/.44 Single
3 Wire 7/.29 Single
Page 147 of 238
Bidder Signature & Stamp
4 Wire 3/.29 Single
5 Wire 1/Pair
6 Wire 7/.52 Double
7 Switch Piano
8 Socket Piano
9 Fluch Socket
10 Three Pin Sho
11 Power Plug 30 Amps
12 Light Plug
13 2 Pin Show
14 Solution tape
15 Fan Dimmer
16 Capacitor 3.5
17 Holder B 22
18 Holder E 27
19 Steel Nail
1"+1.5"+2"+2.5"+3"+
4"+5"+6"
20 PVC Pipe 3/4''
21 Band + elbow
22 Ts 3/4"
23 Band 1"
24 Circuit Breaker 10A
25 Circuit Breaker 16A
26 Circuit Breaker 20A
27 Circuit Breaker 32A
28 TP Breaker 60A
29 TP Breaker 100A
30 LED Bulb 40 Watt +
30 Watt +20 Watt+12
Watt
31 LED Light 100Wt
32 Rod 40W
33 Chok 40W Iron
34 Tube Light Complete
35 Sheet 5x10
36 Sheet 8x5
37 Frame P Open China
38 Frame L.P Open China
39 Wire 7/0.44 Four Core
40 Wire 7/0.64 Four Core
41 Wire 19/0.52 Four
Core
42 Wire 19/0.64 Four
Core
43 Wire 19/0.83 Four
Core
44 Wire 37/0.83 Four
Core
45 Wire 37/0.104 Single
46 Circuit Breaker 1.5 A
47 Circuit Breaker 6 A
48 Circuit Breaker 63 A
49 Breaker Two Pole 16
A
50 Breaker Two Pole 32
A
Page 148 of 238
Bidder Signature & Stamp
51 Breaker Two Pole 63
A
52 TP Breaker 125 A
53 TP Breaker 150 A
54 TP Breaker 200 A
55 TP Breaker 225 A
56 TP Breaker 300 A
57 TP Breaker 350 A
58 TP Breaker 400 A
59 TP Breaker 500 A
60 TP Breaker 600 A
61 TP Breaker 1000 A
62 TPN Breaker 60 A
63 TPN Breaker 100 A
64 TPN Breaker 125 A
65 TPN Breaker 200 A
66 TPN Breaker 225 A
67 TPN Breaker 300 A
68 TPN Breaker 350 A
69 TPN Breaker 400 A
70 TPN Breaker 500 A
71 TPN Breaker 600 A
72 TPN Breaker 100 A
73 Thimble 1.5 MM
74 Cable Tie 1" to 12"
75 Timmers + relays 220
Volts for use of ATS
Panel with base
76 Magnet Connector 100
Amp
77 LED Ceiling Light
2'×2'
78 LED Ceiling Light 6"
79 Electric Water Pump
20HP
80 Electric Water Pump 2
HP
81 Electric Water Pump 1
HP
82 Starter S-10
83 Mosquito Killer 2'
84 Mosquito Killer rods 2'
85 Starter S-2
86 3 Pin Show
87 Magnet Connector 200
Amp
88 Magnet Connector 300
Amp
89 Magnet Connector 400
Amp
90 Magnet Connector
600 Amp
91 Thimble 2.5 MM
92 Thimble 4 MM
93 Thimble 6 MM
94 Thimble 8 MM
95 Thimble 10 MM
96 Thimble 16 MM
97 Thimble 35 MM
Page 149 of 238
Bidder Signature & Stamp
98 Thimble 40 MM
99 Thimble 50 MM
100 Thimble 70 MM
101 Thimble 120 MM
102 Thimble 150 MM
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
Bidders are required to fill this form for the sanitary items they wish to quote as per detailed specification
of items mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Item Name Quantity/
Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST 1 Sakat.simple.25mm
2 T.simple.25mm
3 Union.25mm
Page 150 of 238
Bidder Signature & Stamp
4 Gate wall.25mm
5 t.25*1/2
6 Drill machine( hilti)
7 Tool kit plumber full
8 Cutter blade
9 C p cup
10 C p Nozzle
11 Rubber connection
1*1/2
12 Thread tape
13 Bibb cock
14 Grander MAX
15 Side pillar cock
16 Sink mixer
17 Bassoon mixer
18 Waste complain sink
19 Waste complain
bassoon
20 Bolt kit bassoon
21 Muslim shower
Master
22 Double bib cock
23 T cock
24 Wall shower set
Master
25 Solution
26 Handel wall ½ ¾
27 Pipe nipple ½ 3”
28 Pipe nipple ½*6”
29 Pipe 25 mm
30 L bow simple 25mm
31 Socket 25*1/2
32 L bow 25 *1/2
33 Commode Master
34 Bassoon
35 Flush Tank Master
36 Pipe 32 mm
37 Elbow 32 mm
38 T Simple32 mm
39 Socket Simple 32
mm
40 Elbow 32 3/4
41 Socket 32 3/4
42 T 32 3/4
43 Gate Wall32 mm
44 Pipe Hook
45 Pipe GI 4”
46 Bend 4”
47 Flench 4”
48 Jeen 4”
49 Nut Bolt 4’ ½”
50 Gate Valve 4”
Page 151 of 238
Bidder Signature & Stamp
51 Flex valve 4”
52 Flex valve 3”
53 Gate Valve 3”
54 Geen 3”
55 PVC Pipe 6”
56 Socket 6” PVC
57 PVC Pipe 3”
58 Socket 3”
59 PVC Pipe 4”
60 Socket 4”
61 Gate Valve 6”
62 Welding Plant 240
watt
63 Power Cutter With
Blade14”
64 PPR Dye
65 Pipe Cutter
66 Elbow PVC 3”
67 Elbow PVC 4”
68 Water Pump 100 HD
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
Bidders are required to fill this form for the street light items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Item Name Quantity/
Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST 1 RAWAL BOLT 2.5"
2 TP MAIN SWITCH
60 AMP
3 ROOP LIGHT
4 ENERGY SEVER
52 WATT WITH
ONE YEAR
WARRANTY
5 PIPE 1"
6 HOLDER E-27
7 SCREW NUTS
8 CLUMPS
Page 152 of 238
Bidder Signature & Stamp
9 CABLE TIE
10 CONNECTOR 30
AMP
11 WIRE 3/29 SINGLE
CORE
12 BEND 2" 3.5 FT
IRON
13 BEND 1" PVC 0.6
FT
14 BEND 3/4
15 WIRE 1 AMP
16 STREET CLUMP
SMALL
17 WIRE 7/44
18 WIRE 7/64
19 ENERGY SAVER
42 WATT WITH
ONE YEAR
WARRANTY
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
Bidders are required to fill this form for the waste management items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Item Name
Quantity/
Unit
Price
without
Tax
GST/PST Price with
GST/PST
Total
Price with
GST/PST
1 Sharp Box
2 Syringe Cutter
3 Bleaching Powder
4 Examination Gloves
5 Long Shoes
6 Uniform
7 Leather Long Gloves
8 Plastic Long Gloves
Page 153 of 238
Bidder Signature & Stamp
9 Safety Glasses
10 Safety Helmet
11 Large Drum Plastic
12 N95 Mask
13 Yellow Bin with
Pedal
14 Yellow Bin without
Pedal
15 Chlorine Solution
Liquid 20%
16 Washing Powder
17 Blue Powder (Neel)
18 Shampoo Soda
19 Washing Soap
(Cloth Soap)
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
ANNEX- 5
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
iv. DHQ HOSPITAL BAHAWALNAGAR
Free delivery to Consignee’s end (DDP) basis.
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order.
07 Days 03Days
Page 154 of 238
Bidder Signature & Stamp
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 6
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 201___
Signature and Seal of the Guarantors/ Bank
Address
Date
Page 155 of 238
Bidder Signature & Stamp
ANNEX- 7
PAYMENT SCHEDULE
iv. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably
be central;
g. against satisfactory performance and upon submission of required documents and in accordance with the
procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
h. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government
dues (if any) including Professional Tax
v. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the
receipt of complete supply as per schedule mentioned in schedule of requirement within due time.
Page 156 of 238
Bidder Signature & Stamp
ANNEX- 8
CONTRACT FORM AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
4. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
j. The bidding document of Procuring Agency Annex-J
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”: 30. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless
amended by mutual consent.
31. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business
practice.
Page 157 of 238
Bidder Signature & Stamp
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall
not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or
other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly
declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all
persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation
and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under
any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to
indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Procuring Agency.
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
32. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the
Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical
Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with
transportation and other agreed incidental costs.
33. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
34. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
35. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
36. Performance Guarantee/Security:
Page 158 of 238
Bidder Signature & Stamp
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
37. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time
frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall
stand cancelled.
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance
Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount
of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted
minimum for two years for future participation.
(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent
contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance
of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered
supply shall be imposed upon the Supplier.
38. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For The Manufacturer/
Authorized Agent.
Sealed & Signed on behalf of Purchaser
Page 159 of 238
Bidder Signature & Stamp
Witnesses-1 on behalf of the Contractor
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the Contractor
CC:-
10. --------------------------------------- 11. --------------------------------------- 12. ---------------------------------------
Witnesses-2 on behalf of the Purchaser
ANNEX- 9
AFFIDAVIT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that: 28) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
29) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
30) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.
31) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
32) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.
33) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related
to this bid or award or contract.
34) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
35) That the prices offered are not more than trade price.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
Page 160 of 238
Bidder Signature & Stamp
ANNEX- 10
INTEGRITY PACT (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILTY (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 10) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
11) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other
institutes during same fiscal year.
Page 161 of 238
Bidder Signature & Stamp
12) That if our offered prices found higher than offered prices of our firm against prescribed items in other served
institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR NON BLACKLISTING (TO BE ATTACHED WITH TECHNICAL PROPSAL ON JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 16) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
17) That our firm and proprietor both are registered with FBR in lieu of NTN and GST, and are active filer in terms of both
income tax and sales tax.
18) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation
(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.
19) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in
lieu of Income Tax & Sales Tax.
20) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or
may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
Page 162 of 238
Bidder Signature & Stamp
ANNEX- 13
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed
Bidding Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
should attached with financial bid & photocopy of the
same attached with
Technical bid as demanded in bidding document.
5 Company Profile
6 Copy of CNIC of Proprietor
7 National Tax Number and General Sale Tax number
certificate.
8 Schedule of requirements
09 Price Responsibility Affidavit
10 Non Blacklisting Affidavit
11 Bidders Undertaking/Affidavit
12 Integrity Pact Affidavit
Note: All the above documents and any other supporting document must be page number &
must be mentioned in the column specified for the purpose.
Page 163 of 238
Bidder Signature & Stamp
*Technical Evaluation Committee can call any firm owner/representative participating in the
tender process for the verification of the documented evidence attached with the technical
proposal by the firm.
Total Number of pages attached with the Technical Bid __________Pages
13 Tender Document duly signed and
stamped each page by the bidder must
be attached at the end of the Technical
Bid but numbering is not required for
this document.
14 Bank Statement of Firm’s bank
Account
Envelope B : Enclosures of Financial
Proposal
Attached(Yes/No) Page No
15 Financial Proposal Covering Letter
16 Quoted Price Schedule Rates Form
duly filled, signed and stamped by the
bidder
17 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will result in rejection of bid.
II. No reminder or letter will be issued for any missing document.
Page 164 of 238
Bidder Signature & Stamp
[DOCUMENT TITLE]
(DHQ HOSPITAL BAHAWALNAGAR)
Page 165 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 6
4 REJECTION OF BIDS 7
5 ACCEPTANCE OF BIDS 7
6 PERFORMANCE GUARANTEE 7
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7
8 NO OFFER WILL BE CONSIDERED IF IT 7
9 INSPECTION AND TEST/ANALYSIS 7
10 DELIVERY AND PAYMENT 8
11 GENERAL CONDITIONS 9
12 TECHNICAL SPECIFICATION OF THE CONTRACT 20
13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 25
14 FINANCIAL EVALUATION 26
15 ANNEX-1 (LETTER OF INTENTION) 27
16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 28
17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 29
18 ANNEX-4 (QUOTATION PRICE SCHEDULE) 30
19 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 34
20 ANNEX-6 (CONTRACT FORM) 35
21 ANNEX-7 (PAYMENT SCHEDULE) 39
22 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 40
23 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 41
24 ANNEX-10 (INTEGRITY PACT) 42
25 ANNEX-11 ( PRICE RESPONSIBILITY CERTIFICATE) 43
26 ANNEX-12 (NON BLACKLISTING AFFIDAVIT) 44
27 ANNEX-13 (CHECK LIST) 45
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
Page 166 of 238
Bidder Signature & Stamp
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
53. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
54. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
55. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
Page 167 of 238
Bidder Signature & Stamp
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
56. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
57. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
58. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
59. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
60. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
61. The bidders are requested to give their lowest and best prices with their bids.
62. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
63. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
64. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
65. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
Page 168 of 238
Bidder Signature & Stamp
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background
and registered with NTN and sales tax for the purchase of Laboratory Items for the financial year 2019-
20 involved in running institutional Pharmacy business/Chain of Pharmacies/Medical Store/distribution
having a valid drug sale license for supply of Laboratory Items. Tender should be sent in the name of
Medical Superintendent DHQ Hospital Bahawalnagar along with the following documents.
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/NO Page No
01. Original Receipt for purchase of tender and signed copy of bidding
document.
02. Copy of proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical
Superintendent DHQ Hospital Bahawalnagar, should be attached with
financial bid & photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04 Computerized Valid Drug sale License holder of form 9 or 10 or 11.
05 National tax number & General Sales Tax Number Certificate.
06 Warranty Certificate as per Drug Act 1976/DRAP 2012 on company
letter head
Page 169 of 238
Bidder Signature & Stamp
07 All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of
authorized person. Moreover, signing and stamping on each page of
bidding documents/form is mandatory.
08 Price Responsibility Certificate: The Bidder must submit an affidavit on
judicial paper of Rs. 100 that they have not supplied these items at lower
rate than the price quoted in the tender to any other Govt Institute in
current financial year.
09 Undertaking regarding the firm never black listed, uninterrupted supply of
items on the legal stamp paper of Rs. 100/- Person having registered more than
one companies with FBR must ensure that none of his company is been ever blacklisted
by the FBR, in lieu of Income Tax & Sales Tax.
10 Undertaking with the version that the bidder understands and agrees to all
terms and conditions of bidding document, shall abide by all rules,
regulations, and all general and special clauses of this bidding document
and all information given by bidder in the bidding document is correct to
the best of my knowledge on the legal stamp paper of Rs.100.
GENERAL TERMS & CONDITIONS
128. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.
129. The envelope must also clearly show the bid title and bidder’s name and address. Failure
to comply with this requirement may result in rejection of the bid and the committee decision in
this regard shall be final. Bids submitted after the prescribed time shall not be entertained.
130. Only Technical Proposal will be opened by the tender opening committee. The financial
proposal will be opened by tender opening committee of responsive/technically successful
bidders later on the declared time place & date. Financial proposal of the non-responsive/
technically unsuccessful bidders will be returned as such to them on that date without opening
their financial offers as per PPRA Rules 2014 (amended till to date).
131. All the pages of technical & financial bids should be marked as page No.
132. Substandard, broken seal & substituted bids will not be acceptable.
133. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed
will not be entertained.
Page 170 of 238
Bidder Signature & Stamp
134. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as
non-responsive. Extendable equal to the period of the original bid validity.
135. Facility of the supplies must be available round the clock.
136. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital
Bahawalnagar
137. The validity of the contract will be till 30-06-2020, extendable for three (03) months if
needed.
138. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
139. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times strictly in accordance with the provision of the drug act 1976 and drug sales rules
2007/DRAP Act 2012 and will be responsible for the quality/quantity of drugs supplied by
him/her.
140. The supplier/tenderer should ensure the availability of wide range of items. No alternate
shall be acceptable.
In case of default, the administration may take appropriate action including fine to be decided
by the administration.
141. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids
has been submitted however the procuring agency may seek and accept clarification to the bid that
do not change the substance of the bid.
142.Limitation on Negotiations: There shall be no negotiation with the bidder. 143. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
144. Acceptation of Bids: The bidder with the minimum price, of not conflict in any other law,
rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.
145. Performance Guarantee: The successful bidder shall furnish performance security 05%
of total estimated cost in addition to bid security already deposited by the firm. The performance
security shall be deposited in the shape of cash deposit receipt.
146. Qualification of suppliers and Contractors: The procuring agency, at any stage of the
procurement proceeding, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
147. No Offer will Be Considered if:
• It is submitted without call deposit by the registered firm in the name of Medical Superintendent
DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.
• It is unsigned.
• It is ambiguous.
• It is not written on the firm’s letter head.
• It is over written.
• It is conditional.
• It is given by the black listed, suspended and removed firm from the approval list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal
Government.
• It is received with a validity period shorter than 30 June 2020.
Page 171 of 238
Bidder Signature & Stamp
• Does not confirm to the general conditions of the tender.
• It is received without earnest money as specified in the tender.
• Bidding document are not attached with bids.
148. All the pages of tender must be signed properly at the bottom.
149. Successful bidder is bound to supply the quantities of all the desired brands.
150. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, If supplier
showed non-compliance of terms and conditions , Procuring Agency will cancel the contract
at any time without giving any advance notice.
151. In case of any dispute the decision of the Medical superintendent DHQ Hospital
Bahawalnagar will be final.
152. The Supplier will be responsible to mentions details of items in the bill like Generic Name
of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.
153. In Case of non-supply of any item within stipulated period as per contract, risk purchase
may be done from any other reputable institute and difference shall be deducted from the
performance guarantee of contractor.
154. The firm will be fully responsible to supply the store as per requirement of DDO as per
supply order. 155. Warranty of Laboratory Items supplied as per tender specification of Quality & Quantity (Comprehensive).
156. The firm will be wholly & solely responsible if it failed to supply Laboratory Items in the
stipulated time frame as per Purchase Order /Telephonic Directions of the Medical
Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome
quantity of Laboratory Items to meet any sort of emergency requirements of the procuring agency. 157. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt
of such notice, the supplier shall replace the Laboratory Items within Seven (7) days, inclusive of, where applicable,
the cost of inland delivery
158. Delivery and Payment
XXIX. Items should be received defaced and issued from store as per prescribed mechanism of hospital
and must be entered into acknowledgement register.
XXX. The authorized pharmacist shall verify the bills in comparison to entries in register as per prescribed
mechanism of hospital.
XXXI. In case delayed supply the risk purchase should be made from the security deposit of contractor. In
case of constant default the process of risk purchase should be repeated and tenders may be re-
called for fresh competition.
XXXII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an
authentic price list of items if and when required for verification of bills.
XXXIII. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
XXXIV. The supplied drugs shall be accompanied with warranty certificate as per the Drug Act, 1976/
DRAP Act, 2012. Moreover, the contractor will be bound to provide the invoice of his source of
purchase if and when required.
Page 172 of 238
Bidder Signature & Stamp
GENERAL CONDITIONS
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
Page 173 of 238
Bidder Signature & Stamp
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
4.3
4.4
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
Page 174 of 238
Bidder Signature & Stamp
5.3
5.4
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
of the product to the designated office or staff, as the case may
be.
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
Page 175 of 238
Bidder Signature & Stamp
10. Delivery and
Documents
10.1
10.2
10.3
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
Page 176 of 238
Bidder Signature & Stamp
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
Page 177 of 238
Bidder Signature & Stamp
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xxxvii. Submission of false fabricated / forged documents for
procurement in tender.
xxxviii. Not attaining required quality of work.
xxxix. Inordinate tardiness in accomplishment of assigned/agreed
responsibilities / contractual obligations resulting loss to
procuring agency / Government.
xl. Non execution of work as per terms & condition of contract.
xli. Any unethical or unlawful professional or business behavior
detrimental to good conduct and integrity of the public
procurement process.
xlii. Involvement in any sort of tender fixing.
Page 178 of 238
Bidder Signature & Stamp
xliii. Persistent and intentional violation of important conditions of
contract
xliv. Non-adherence to quality specification despite being
importunately pointed out.
xlv. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of the
procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
22.2
22.3
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
Page 179 of 238
Bidder Signature & Stamp
29.
Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
24.3
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
28.Taxation
27.1
27.2
28.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 180 of 238
Bidder Signature & Stamp
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
Page 181 of 238
Bidder Signature & Stamp
TECHNICAL SPECIFICATIONS OF THE CONTRACT
A). Product Specifications.
(Detailed technical specifications, given in Award of Contract, will be followed)
Sr. No Name of Items Specifications
1 Glass slides 1x72 pack
2 Cover slips.
22x22, 18x18, 1x200
Pack
3 Disposable Urine Sampling Containers -
4 Gel Tube 3ml/5ml BD/Biovac/Immued
5 EDTA Tube 3 ml (Purple Top) BD/Biovac/Immued
6 Sodium Floride Tube ( Gray Top) BD/Biovac/Immued
7 Sodium Citrate Tube 2.8 ml ( Light Blue) BD/Biovac/Immued
8 Stool containers sterile with spatula
9 Plastic racks all size for test tubes. -
10 Specimen transport tray stainless steel
11 Micropipettes adjustable 10-100ul Eppendrof/dragon
12 Micropipettes adjustable 100-1000ul Eppendrof/dragon
13 Micropipettes adjustable 2-10ul Eppendrof/dragon
14 Micropipettes Rack plastic rack
15 Micropipettes adjustable 500ul Eppendrof/dragon
16
Gamma GT 1000ml(open channel/ close system regent
base) multinational
17 Calcium (open channel/ close system regent base) multinational
Page 182 of 238
Bidder Signature & Stamp
18 C-k (open channel/ close system regent base) multinational
19 LDH(open channel/ close system regent base) multinational
20 CKMB(open channel/ close system regent base) multinational
21 HBsAg ELISA Kit (manual Elisa/close system regent base)
Manual/auto close
system
22
Anti HCV ELISA Kit(manual Elisa/close system regent
base)
Manual/auto close
system
23
Triiodothyronine-T3 Total(Manual Elisa / close system
regent base)
Manual/auto close
system
24 TSH (Manual Elisa/ close system regent base)
Manual/auto close
system
25
Thyroxine,T4 Total (Manual Elisa/ close system regent
base)
Manual/auto close
system
26 Zeil Neelson Stain Prepared full set Dysis
27 Urine analysis strips 10 parameters 1x100 Roche/Combe
28 Urine analysis strips 03 parameters 1x100 Roche/Combe
29 Pregnancy Strips (100 Test) immumed
30 ASO kit (100 Test) Merck/Bsm
31 C- Reactive Protein (100 Test) Merck/Bsm
32 RA factor kit.(100 Tests) Merck/Bsm
33 widal 6 antigen set Merck/BSM
34 H. Pylori Antibody SD/DS/Immumed
35 ANA Qualitative (100 Test) Merck/BSM
36 ICT TB (Mycodot) SD/DS/Immumed
37 ICT MP SD/DS/Immumed
38 Typhidot Devices (ICT) sd/ctk/immumed
39 Hepatitis BsAg device (ICT) sd/ds/immumed/accurate
40 Hepatitis C Ab device (ICT) sd/ds/immumed/accurate
41 ESR tubes (westergren's) Westergren's
42 ESR racks (stand for 10 tubes) -
43 Neubauer Counting Chamber Neubauer
44 EDTA Powder Merck 200 gm pack Merck
45 Hb kits 2x 500ml Merck
46 Field's Stain A+B (Ready to use) set Merck
47 Sterile Swab -
48 Prickers 50 PER 1 Pack -
49 Roller mixer -
50 Blood Glucose kit with STD (GOD PAP)
1000ML(1000test) (open channel/ close system regent base) multinational
51 Blood Urea kit with STD (Berthelot) UV 1000ml(500
test)(open channel/ close system regent base) multinational
52 S.Bilirubin kits (open channel/ close system regent base) multinational
53 S.Creatinine kits with STD 1000 ml (1000 test)(open
channel/ close system regent base) multinational
Page 183 of 238
Bidder Signature & Stamp
54 S.GPT kits 1000 ml(open channel/ close system regent
base) multinational
55 S.GOT kits 500 ml (open channel/ close system regent
base) multinational
56 S. Alkaline Phosph. 500 ml ( 500 test) (open channel/ close
system regent base) multinational
57 S.Cholesterol with STD (open channel/ close system regent
base) multinational
58 S.Triglycerides with STD(open channel/ close system
regent base) multinational
59 Reagent for PT (100 Test) Diamed/ others
60 Reagent for APTT (100 Test) Diamed/others
61 S.Total Protein with STD (open channel/ close system
regent base) multinational
62 S.Albumin with STD (open channel/ close system regent
base) multinational
63 Quality control sera set (Normal, Pathological) multinational
64 S. Uric acid with STD (open channel/ close system regent
base) multinational
65 Blue tips for pipettes 100-1000ul
66 Yellow / white tips for pipettes(1x1000 per pack ) 10-200ul
67 Saniplast 1x100
68 Steel racks for test tubes Small and large
69 Tube cleaning brushes -
70 Glass Marking Pen Diamond pen
71 Slide Tray Plastic -
72 Sticker for slide labelling -
73 WBC/TLC Solution Diasys 500ml
75 Disposable (conical) plastic tube 12x75mm
76 Glass test Tube 12x75mm
77 Tooth picks 1 pack -
78 Ceder wood oil 500 ml National
79 Syphilis ICT Device (VDRL) multinational
80 Anti HIV AIDS device per test multinational
81 HDL 1x80 ml (open channel/ close system regent base) multinational
82 LDL 1x80ml open channel/ close system regent base multinational
83 ESR Solution 500 ml Merck/Diasys
84 Alcohol Swab (200 Pcs) 1x200
85 Cotton roll -
87 Sprit pack 1 Liter Merck/Diasys
88 Tourniquet -
89 N 95 Face Mask 1x50 -
90 Distilled Water (20 L) -
91 CBC Controls 3 level multinational
92 Dengue Test Devices ( ICT) IgG & IgM multinational
Page 184 of 238
Bidder Signature & Stamp
93 Dengue NS-I
94 Diatron abacus Diluent 20 liter
Diatron Abacus 95 Diatron abacus cleaner 01 liter
96 Diatron abacus lyse 01 liter
97 Geimsa Stain 500ml Bottle Merck/Diasys
98 N/10 Solution 500ml Merck/Diasys
99 Amylase Kit (open channel/ close system regent base) multinational
100 Humalite Electrolytes Regent Set
Humalite 101 Humalite Electrolytes Regent Pack
102 Humalite Electrolytes Control
103 Sysmex Reagent Set
Sysmex (Regent base) 104 Diluent Cell Pack (20liter)
105 Stemolyser (Lyse)
106 Plastic Test tubes 500pack disposable 25 x150mm ST
107 HbA1c (100 test kit)(close system regent base) multinational
b). Labeling and Packing iv. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed under the Drugs Act, 1976.
v. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in indelible
ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name
and principal place of business of the Manufacturer, the drug manufacturing license no., manufacturing date, expiry
date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should
also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in strip
/ blister pack (one side aluminum and other side PVC/PVD). Expiry date must be printed on each strip / blister. The
syrup should be supplied in glass / pet bottle with sealed caps.
vi. The quality of packing material, its labelling, packing structure and printing will be same as that of their commercial
supply but according to government supply colour scheme.
c) Additional instructions for packing iii. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including
coloration of medicines) of the Drug for human consumption etc. in accordance with the Drugs Act, 1976/DRAP Act
2012/Punjab Drugs (Amendments) Act 2017 & rules framed thereunder on judicial paper.
iv. The bidder shall supply the Drugs/Medicines/Items in special green packing with Logo of the Government of Punjab
(exempted for imported items). The following wording/insignia shall be printed in bold letters both in Urdu & English
in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In combo Packs the
sterilized water for injection / solvent shall bear the wording/insignia on the vial/ampoules etc.
d). Shelf life iv. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs.
v. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall
in shelf life below prescribed limit for locally manufactured and imported medicines respectively.
vi. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70%will be accepted without
penalty charges and up to 60%with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed
limit”
e). Testing/Verification Procedures (Bulk) vii. After delivery of drugs and medicines at the Purchaser’s premises, the Consignee shall send the samples from all
batches of each consignment of the supplied store to the Drugs Testing Laboratory, Punjab, for testing. The Inspection
Committee constituted by the Purchaser shall inspect the quantity, specifications of goods after receipt of standard
quality report of each batch of supplied store issued by DTL concerned under Drugs Act 1976/DRAP Act 2012/ Punjab
Page 185 of 238
Bidder Signature & Stamp
Drugs (Amendments) Act 2017 & rules framed thereunder. The cost of the lab tests shall be borne by the Supplier.
The firm shall be bound to provide primary reference standard (s)/traceable secondary standard (s) to the
concerned Drugs Testing Laboratories of Punjab as and when demanded. In case of secondary reference
standard, the certificate of analysis and proof of traceability shall also be provided by the contractor.
viii. In case of Adverse/failure report of any batch, the Supplier has the right to go for appellate
laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound
to re-supply the entire fresh stock of that batch free of cost within the reasonable time period to
be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation,
which will be subject to completion of all testing and verification formalities. At the parallel, the
case will also be forwarded to the Drugs Regulatory Authority for legal action as per Drugs Act
1976/DRAP Act 2012/Punjab Drugs (Amendments) Act 2017 and disposal of substandard stocks.
ix. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality by DTL, if found not according to the approved sample and
other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the
Supplier will also be responsible to replace the unconsumed expired stores without any further
charges.
f) Transportation/Delivery Requirements xi. The Supplier shall arrange such transportation of the drugs and medicines as is required to prevent
their damage or deterioration during transit to their final destination and in accordance with the
terms and manner prescribed in the Schedule of Requirement.
xii. All costs associated with the transportation including loading/unloading of drugs and medicines and road taxes shall
be borne by the Supplier.
xiii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.
The firm shall be bound to produce batch wise cold chain data from the source of origin & thermo log data from factory
to Consignee’s end.
g) Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than
10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
Page 186 of 238
Bidder Signature & Stamp
1
Past
Performance
As per Bid
Form
Major institutions served:
Sr.
No
No. of Institution
Served
Score
1 1 3
2 2 to 3 6
3 4 to 5 9
4 6 to 7 12
5 8 and above 15
15
Institution includes
Government Departments and
Registered Private
Organizations.
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued by
the concerned Authority is
required.
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V. Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-15 Million 15
3 Above 15 Million 20
20 Bidders having less than 5
Million are ineligible.
5 Performance
Certificates
1 1 to 3 certificates 5
2 More than 3
certificates
10
10
Performance Certificates/
Satisfactory reports from
serving clients.
6
Technical &
Sales Staff
details
1 Have up to 05 persons 10
2 Have more than 10
persons.
15
15 Technical Human Resources
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100
Qualifying marks: 50%
FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tendere(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
Page 187 of 238
Bidder Signature & Stamp
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or
their authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to
adjust the same in the Financial Proposal.
ANNEX-1
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
Page 188 of 238
Bidder Signature & Stamp
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
We will pay the testing fee for samples collected from any supply of any district to be tested and will accept
the results to testing by DTLs, Punjab.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding
documents.
Dated this [insert: number]day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 189 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial
Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,
Detailed Specifications and the required supporting documents along with our Technical Bid as per
tender eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 3
Page 190 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal
for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have
attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along
with our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 4
QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with
Financial Proposal in individually sealed envelope for each item in a single main sealed
envelope for all items.
Bidders are required to fill this form for the items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Page 191 of 238
Bidder Signature & Stamp
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Name of Items Specifications Quoted Price
1 Glass slides 1x72 pack
2 Cover slips.
22x22, 18x18, 1x200
Pack
3 Disposable Urine Sampling Containers -
4 Gel Tube 3ml/5ml BD/Biovac/Immued
5 EDTA Tube 3 ml (Purple Top) BD/Biovac/Immued
6 Sodium Floride Tube ( Gray Top) BD/Biovac/Immued
7
Sodium Citrate Tube 2.8 ml ( Light
Blue) BD/Biovac/Immued
8 Stool containers sterile with spatula
9 Plastic racks all size for test tubes. -
10 Specimen transport tray stainless steel
11 Micropipettes adjustable 10-100ul Eppendrof/dragon
12 Micropipettes adjustable 100-1000ul Eppendrof/dragon
13 Micropipettes adjustable 2-10ul Eppendrof/dragon
14 Micropipettes Rack plastic rack
15 Micropipettes adjustable 500ul Eppendrof/dragon
16
Gamma GT 1000ml(open channel/
close system regent base) multinational
17
Calcium (open channel/ close system
regent base) multinational
18
C-k (open channel/ close system regent
base) multinational
19
LDH(open channel/ close system regent
base) multinational
20
CKMB(open channel/ close system
regent base) multinational
21
HBsAg ELISA Kit (manual Elisa/close
system regent base)
Manual/auto close
system
22
Anti HCV ELISA Kit(manual
Elisa/close system regent base)
Manual/auto close
system
23
Triiodothyronine-T3 Total(Manual
Elisa / close system regent base)
Manual/auto close
system
24
TSH (Manual Elisa/ close system
regent base)
Manual/auto close
system
25
Thyroxine,T4 Total (Manual Elisa/
close system regent base)
Manual/auto close
system
26 Zeil Neelson Stain Prepared full set Dysis
27
Urine analysis strips 10 parameters
1x100 Roche/Combe
28
Urine analysis strips 03 parameters
1x100 Roche/Combe
Page 192 of 238
Bidder Signature & Stamp
29 Pregnancy Strips (100 Test) immumed
30 ASO kit (100 Test) Merck/Bsm
31 C- Reactive Protein (100 Test) Merck/Bsm
32 RA factor kit.(100 Tests) Merck/Bsm
33 widal 6 antigen set Merck/BSM
34 H. Pylori Antibody SD/DS/Immumed
35 ANA Qualitative (100 Test) Merck/BSM
36 ICT TB (Mycodot) SD/DS/Immumed
37 ICT MP SD/DS/Immumed
38 Typhidot Devices (ICT) sd/ctk/immumed
39 Hepatitis BsAg device (ICT) sd/ds/immumed/accurate
40 Hepatitis C Ab device (ICT) sd/ds/immumed/accurate
41 ESR tubes (westergren's) Westergren's
42 ESR racks (stand for 10 tubes) -
43 Neubauer Counting Chamber Neubauer
44 EDTA Powder Merck 200 gm pack Merck
45 Hb kits 2x 500ml Merck
46 Field's Stain A+B (Ready to use) set Merck
47 Sterile Swab -
48 Prickers 50 PER 1 Pack -
49 Roller mixer -
50
Blood Glucose kit with STD (GOD
PAP) 1000ML(1000test) (open
channel/ close system regent base)
multinational
51
Blood Urea kit with STD (Berthelot)
UV 1000ml(500 test)(open channel/
close system regent base)
multinational
52 S.Bilirubin kits (open channel/ close
system regent base) multinational
53
S.Creatinine kits with STD 1000 ml
(1000 test)(open channel/ close system
regent base)
multinational
54 S.GPT kits 1000 ml(open channel/
close system regent base) multinational
55 S.GOT kits 500 ml (open channel/ close
system regent base) multinational
56
S. Alkaline Phosph. 500 ml ( 500 test)
(open channel/ close system regent
base)
multinational
57 S.Cholesterol with STD (open channel/
close system regent base) multinational
58 S.Triglycerides with STD(open
channel/ close system regent base) multinational
59 Reagent for PT (100 Test) Diamed/ others
60 Reagent for APTT (100 Test) Diamed/others
Page 193 of 238
Bidder Signature & Stamp
61 S.Total Protein with STD (open
channel/ close system regent base) multinational
62 S.Albumin with STD (open channel/
close system regent base) multinational
63 Quality control sera set (Normal,
Pathological) multinational
64 S. Uric acid with STD (open channel/
close system regent base) multinational
65 Blue tips for pipettes 100-1000ul
66
Yellow / white tips for pipettes(1x1000
per pack ) 10-200ul
67 Saniplast 1x100
68 Steel racks for test tubes Small and large
69 Tube cleaning brushes -
70 Glass Marking Pen Diamond pen
71 Slide Tray Plastic -
72 Sticker for slide labelling -
73 WBC/TLC Solution Diasys 500ml
75 Disposable (conical) plastic tube 12x75mm
76 Glass test Tube 12x75mm
77 Tooth picks 1 pack -
78 Ceder wood oil 500 ml National
79 Syphilis ICT Device (VDRL) multinational
80 Anti HIV AIDS device per test multinational
81 HDL 1x80 ml (open channel/ close
system regent base) multinational
82 LDL 1x80ml open channel/ close
system regent base multinational
83 ESR Solution 500 ml Merck/Diasys
84 Alcohol Swab (200 Pcs) 1x200
85 Cotton roll -
87 Sprit pack 1 Liter Merck/Diasys
88 Tourniquet -
89 N 95 Face Mask 1x50 -
90 Distilled Water (20 L) -
91 CBC Controls 3 level multinational
92 Dengue Test Devices ( ICT) IgG &
IgM multinational
93 Dengue NS-I
94 Diatron abacus Diluent 20 liter
Diatron Abacus
95 Diatron abacus cleaner 01 liter
96 Diatron abacus lyse 01 liter
97 Geimsa Stain 500ml Bottle Merck/Diasys
98 N/10 Solution 500ml Merck/Diasys
Page 194 of 238
Bidder Signature & Stamp
99 Amylase Kit (open channel/ close
system regent base) multinational
100 Humalite Electrolytes Regent Set
Humalite
101 Humalite Electrolytes Regent Pack
102 Humalite Electrolytes Control
103 Sysmex Reagent Set
Sysmex (Regent base)
104 Diluent Cell Pack (20liter)
105 Stemolyser (Lyse)
106 Plastic Test tubes 500pack disposable 25 x150mm ST
107 HbA1c (100 test kit)(close system
regent base) multinational
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
ANNEX- 5
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
Page 195 of 238
Bidder Signature & Stamp
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 201___
Signature and Seal of the Guarantors/ Bank
Address
Date
ANNEX- 6
CONTRACT FORM AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
Page 196 of 238
Bidder Signature & Stamp
5. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules
framed thereunder Annex-I
k. The bidding document of Procuring Agency Annex-J
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”: 39. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless
amended by mutual consent.
40. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business
practice.
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall
not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or
other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly
declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all
persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation
and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under
any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to
indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Procuring Agency.
Page 197 of 238
Bidder Signature & Stamp
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
41. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the
Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical
Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with
transportation and other agreed incidental costs.
42. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
43. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
44. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
45. Performance Guarantee/Security:
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
46. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time
frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall
stand cancelled.
Page 198 of 238
Bidder Signature & Stamp
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance
Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount
of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted
minimum for two years for future participation.
(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent
contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance
of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered
supply shall be imposed upon the Supplier.
47. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For The
Manufacturer/ Authorized Agent.
Sealed & Signed on behalf of
Purchaser
Witnesses-1 on behalf of the
Contractor
Witnesses-2 on behalf of the
Contractor
CC:-
13. --------------------------------------- 14. --------------------------------------- 15. ---------------------------------------
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the
Purchaser
ANNEX- 7
PAYMENT SCHEDULE
v. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably
be central;
i. against satisfactory performance and upon submission of required documents and in accordance with the
procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
Page 199 of 238
Bidder Signature & Stamp
j. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government
dues (if any) including Professional Tax and DTL Testing Charges.
vi. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the
receipt of complete supply as per schedule mentioned in schedule of requirement within due time.
ANNEX- 8
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
v. DHQ HOSPITAL BAHAWALNAGAR
Free delivery to Consignee’s end (DDP) basis.
Page 200 of 238
Bidder Signature & Stamp
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order.
07 Days 03Days
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 9
AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that: 36) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
37) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
38) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.
39) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
40) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.
41) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related
to this bid or award or contract.
42) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
43) That the prices offered are not more than trade price.
Page 201 of 238
Bidder Signature & Stamp
44) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs Punjab, if needed
or required by the Medical Superintendent DHQ Hospital Bahawalnagar.
45) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the product on its
delivery.(If needed for required items)
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 10
INTEGRITY PACT AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
Page 202 of 238
Bidder Signature & Stamp
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILITY (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 13) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
14) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other
institutes during same fiscal year.
15) That if our offered prices found higher than offered prices of our firm against prescribed items in other served
institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 21) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
22) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both
income tax and sales tax.
Page 203 of 238
Bidder Signature & Stamp
23) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation
(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.
24) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in
lieu of Income Tax & Sales Tax.
25) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or
may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 13
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed
Bidding Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
should attached with financial bid & photocopy of the
same attached with
Page 204 of 238
Bidder Signature & Stamp
Technical bid as demanded in bidding document.
5 Valid computerized Drug sale License as mentioned in
bidding document
6 Copy of CNIC of Proprietor
7 National Tax Number and General Sale Tax number
certificate.
8 Warranty Certificate as per Drug Act 1976/ DRAP Act,
2012
9 Company Profile
10 Schedule of requirements
11 Price Responsibility Affidavit
12 Non Blacklisting Affidavit
13 Bidders Undertaking/Affidavit
14 Integrity Pact Affidavit
Note: All the above documents and any other supporting document must be page number & must
be mentioned in the column specified for the purpose.
*Technical Evaluation Committee can call any firm owner/representative participating in the
tender process for the verification of the documented evidence attached with the technical proposal
by the firm.
Total Number of pages attached with the Technical Bid __________Pages
17 Tender Document duly signed and
stamped each page by the bidder must
be attached at the end of the Technical
Bid but numbering is not required for
this document.
18 Bank Statement of Firm’s Bank
Account
Envelope B : Enclosures of Financial
Proposal
Attached(Yes/No) Page No
19 Financial Proposal Covering Letter
20 Quoted Price Schedule Rates Form duly
filled, signed and stamped by the bidder
21 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will results in rejection of bid.
II. No reminder or letter will be issued for any missing document.
Page 205 of 238
Bidder Signature & Stamp
(DHQ HOSPITAL BAHAWALNAGAR)
Page 206 of 238
Bidder Signature & Stamp
TABLE OF CONTENTS SR.NO CONTENTS PAGE NO.
1 INVITATION FOR BIDS/ADVERTISEMENT 2
2 SPECIAL TERMS & CONDITIONS 5
3 GENERAL TERMS & CONDITIONS 6
4 REJECTION OF BIDS 6
5 ACCEPTANCE OF BIDS 7
6 PERFORMANCE GUARANTEE 7
7 QUALIFICATION OF SUPPLIERS AND CONTRACTORS 7
8 NO OFFER WILL BE CONSIDERED IF IT 7
9 INSPECTION AND TEST/ANALYSIS 7
10 DELIVERY AND PAYMENT 8
11 GENERAL CONDITIONS 9
12 TECHNICAL SPECIFICATION OF THE CONTRACT 20
13 TECHNICAL EVALUATION CRITERIA & SCORING DISTRIBUTION 21
14 FINANCIAL EVALUATION 22
15 ANNEX-1 (LETTER OF INTENTION) 23
16 ANNEX-2 (TECHNICAL PROPOSAL COVERING LETTER) 24
17 ANNEX-3 (FINANCIAL PROPOSAL COVERING LETTER) 25
18 ANNEX-4 (QUOTATION PRICE SCHEDULE) 25
19 ANNEX-5 (PERFORMANCE GUARANTEE FORM) 27
20 ANNEX-6 (CONTRACT FORM) 28
21 ANNEX-7 (PAYMENT SCHEDULE) 32
22 ANNEX-8 (SCHEDULE OF REQUIREMENTS) 33
23 ANNEX-9 (BIDDER’S UNDERTAKING ON THE STAMP PAPER) 34
24 ANNEX-10 (INTEGRITY PACT) 35
25 ANNEX-11 ( PRICE RESPONSIBILITY CERTIFICATE) 36
26 ANNEX-12 (NON BLACKLISTING AFFIDAVIT) 37
27 ANNEX-13 (CHECK LIST) 38
s
INVITATION FOR BIDS/ADVERTISEMENT RE-TENDER NOTICE FOR LOCAL PURCHASE OF MEDICINE (DAY TO DAY) & LP BULK &
SURGICAL DISPOSABLE ITEMS& DIALYSIS MEDICINE, BIO MEDICAL GASES,
STATIONARY & PRINTING ITEMS GENERAL STORE AND LABORATORY ITEMS.
Page 207 of 238
Bidder Signature & Stamp
The Medical Superintendent DHQ Hospital Bahawalnagar invites sealed bid from eligible bidders (Manufactures/ in case of Sole
agents /Importers of foreign principals Distributor to participate in tender process for purchase of items mentioned from S# 02
to S#06, except tender mentioned at S#01 for Local purchase of medicine (Day to Day)& LP Bulk ,Surgical Disposable items /
Dialysis Medicine (as per guide line of P&SHCD Lahore dt.15-12-2017 and as described in the clause (VI) in policy and
Operational Guidelines for local Purchase of Medicine by the Government of the Punjab Primary & Secondary
Healthcare Punjab Lahore), contract of given below tenders on DDP Basis for use of DHQ Hospital Bahawalnagar & Blood
Transfusion unit Bahawalnagar during financial year 2019-20. Complete details are available in Bidding Documents.
S# NAME OF TENDER BID SECURITY
(2% of Estimated
Cost )
LAST
DATE&
TIME OF
SALE OF
TENDER
LAST DATE
& TIME
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
LP Medicine (Day to
Day) & LP Bulk
,Surgical Disposable &
Dialysis’s Medicine
2% of Estimated
Cost (Rs.
30,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
02 Framework Contract for
Bio Medical Gases
2% of Estimated
Cost (Rs. 8,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
03 Framework Contract for
Stationary & Printing
Items
2% of Estimated
Cost (Rs.
10,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
04 Framework contract for
General Store items i.e.
(Electric Store/Street
Lights items, General
items, Waste
Management items,
Sanitary items)
2% of Estimated
Cost (Rs.
16,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
05 Framework Contract of
Laboratory Kit &
Chemicals etc.
2% of Estimated
Cost (Rs. 5,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
06 X-Ray Films and
Chemicals
2% of Estimated
Cost (Rs. 7,000,000)
18-11-2019
at 10:00AM
19-11-2019
at10:00AM
19-11-2019
at11:00AM
66. Interested bidders may get the bidding documents & detailed specifications from the office of Procurement Officer
under O/o Medical Superintendent DHQ Hospital Bahawalnagar, on submission of written application on their
letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each
set of bidding documents & detailed specifications.
67. Bidding documents including detailed specifications, terms & conditions shall be issued up to Last
Date as mentioned in the advertisement during office hours. However, a copy of the bidding
documents is also available for information only on the websites of PPRA
(www.ppra.punjab.gov.pk until the closing date for the submission of bids.
68. Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent DHQ Hospital Bahawalnagar. The bids received
till the stipulated date & time shall be opened on the same day in the presence of the bidders or their
authorized representatives (who choose to attend) by the purchase committee. Bid Security of the
Page 208 of 238
Bidder Signature & Stamp
2% of the total estimated price (as determined by the procuring agency) in the shape of call Deposit
from any scheduled bank is required to be furnished with the Financial Bid & Photo copy of same
should be attached with technical proposal otherwise bid will be rejected. Bids shall not be
entertained after the mentioned date and time.
69. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be marked as
“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
Financial proposal of bids found technically non-responsive shall be returned un-opened to the
respective bidders.
70. Procurements shall be governed under the Punjab Procurement Rules,2014(Amended till to date)
71. The bidding documents duly signed by the Medical Superintendent DHQ Hospital
Bahawalnagar will be accepted.
72. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
73. In case the date of opening or last date of sale is declared as a public holiday by the government or
non-working day due to any reason, the next official working day shall be deemed to be the date of
sale and submission and opening of tenders accordingly. The time and venue shall remain the same.
74. The bidders are requested to give their lowest and best prices with their bids.
75. Attested copy of registration of income tax, sale tax, copy of CNIC, copy of professional tax, and
original receipt of purchase tender to be attached with the technical bids.
76. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid or
proposal. The procuring agency shall upon request may communicate to any bidder, the grounds
for its rejection of all bids of proposal, but shall not be required to justify those grounds.
77. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
78. For obtaining any further information, list of items or clarification, please contact the person named
below.
(Procurement Officer DHQ Hospital Bahawalnagar Cell# 0332-9684000)
(Dr. Muhammad Aslam Tahir)
Medical Superintendent
DHQ Hospital Bahawalnagar.
Page 209 of 238
Bidder Signature & Stamp
SPECIAL TERMS & CONDITIONS Sealed offers are invited from interested firms/agencies of well reputed with financially sound background
and registered with NTN and sales tax for the purchase of X-Ray Films & Chemicals for the financial
year 2019-20 involved in running institutional business/distribution/manufacturing or production of X-
Ray Films & Chemicals. Tender should be sent in the name of Medical Superintendent DHQ Hospital
Bahawalnagar along with the following documents.
KNOCKOUT CLAUSES OF TENDER Sr.
No.
Parameters YES/NO Page No
01. Original Receipt for purchase of tender and signed copy of bidding
document.
02. Copy of proprietor’s CNIC.
03. Bid Security 2% of total estimated cost in the favor of Medical
Superintendent DHQ Hospital Bahawalnagar, should be attached with
financial bid & photocopy of the same attached with technical proposal.
Technical bid as demanded in bidding document.
04. National tax number & General Sales Tax Number Certificate.
05. All bids should be submitted in tape binding. All
documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding documents and signatures of
authorized person. Moreover, signing and stamping on each page of
bidding documents/form is mandatory.
Page 210 of 238
Bidder Signature & Stamp
06. Price Responsibility Certificate: The Bidder must submit an affidavit on
judicial paper of Rs. 100 that they have not supplied these items at lower
rate than the price quoted in the tender to any other Govt Institute in
current financial year.
07. Undertaking regarding the firm never black listed, uninterrupted supply of
items on the legal stamp paper of Rs. 100/- Person having registered more than
one companies with FBR must ensure that none of his company is been ever blacklisted
by the FBR, in lieu of Income Tax & Sales Tax.
08. Undertaking with the version that the bidder understands and agrees to all
terms and conditions of bidding document, shall abide by all rules,
regulations, and all general and special clauses of this bidding document
and all information given by bidder in the bidding document is correct to
the best of my knowledge on the legal stamp paper of Rs.100.
GENERAL TERMS & CONDITIONS
159. All the procurement procedures will be done strictly in accordance with the PPRA Rules
(amended up till to date) Single stage/two envelopes bidding procedure shall be adopted. The
envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL
PROPOSAL” in bold and in legible letters. Both 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. The inner envelops 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’.
160. The envelope must also clearly show the bid title and bidder’s name and address. Failure
to comply with this requirement may result in rejection of the bid and the committee decision in
this regard shall be final. Bids submitted after the prescribed time shall not be entertained.
161. Only Technical Proposal will be opened by the tender opening committee. The financial
proposal will be opened by tender opening committee of responsive/technically successful
bidders later on the declared time place & date. Financial proposal of the non-responsive/
technically unsuccessful bidders will be returned as such to them on that date without opening
their financial offers as per PPRA Rules 2014 (amended till to date).
162. All the pages of technical & financial bids should be marked as page No.
163. Substandard, broken seal & substituted bids will not be acceptable.
164. Bidders must have valid NTN, should be financially sound and well reputed. Bad reputed
will not be entertained.
165. Bids should be valid till 30-06-2020. A bid valid for shorter period shall be rejected as
non-responsive. Extendable equal to the period of the original bid validity.
166. Facility of the supplies must be available round the clock.
Page 211 of 238
Bidder Signature & Stamp
167. Contract will be awarded to the bidder offering minimum price to the MS DHQ Hospital
Bahawalnagar
168. The validity of the contract will be till 30-06-2020, extendable for three (03) months if
needed.
169. The supplier/tenderer’s background should be financially sound based on authentic bank
statement.
170. The supplier/tenderer shall be solely responsible for provision and stocking of quality products at
all times.
171. The supplier/tenderer should ensure the availability of wide range of items. No alternate
shall be acceptable.
In case of default, the administration may take appropriate action including fine to be decided
by the administration.
172. Clarification of Bids No bidder shall be allowed to alter or modify his bid after the bids
has been submitted however the procuring agency may seek and accept clarification to the bid that
do not change the substance of the bid.
173.Limitation on Negotiations: There shall be no negotiation with the bidder. 174. Rejection of Bids: The Authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
175. Acceptation of Bids: The bidder with the minimum price, of not conflict in any other law,
rules regulations or policy of the Government of Punjab, shall be awarded the procurement award.
176. Performance Guarantee: The successful bidder shall furnish performance security 05%
of total estimated cost in addition to bid security already deposited by the firm. The performance
security shall be deposited in the shape of cash deposit receipt.
177. Qualification of suppliers and Contractors: The procuring agency, at any stage of the
procurement proceeding, may require the suppliers or contractors to provide information
concerning their professional, technical, financial, legal or managerial competence whether already
prequalified or not.
178. No Offer will Be Considered if:
• It is submitted without call deposit by the registered firm in the name of Medical Superintendent
DHQ Hospital Bahawalnagar. • It is received after the date and time fixed for its receipt.
• It is unsigned.
• It is ambiguous.
• It is not written on the firm’s letter head.
• It is over written.
• It is conditional.
• It is given by the black listed, suspended and removed firm from the approval list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal
Government.
• It is received with a validity period shorter than 30 June 2020.
• Does not confirm to the general conditions of the tender.
• It is received without earnest money as specified in the tender.
• Bidding document are not attached with bids.
179. All the pages of tender must be signed properly at the bottom.
180. Successful bidder is bound to supply the quantities of all the desired brands.
Page 212 of 238
Bidder Signature & Stamp
181. Inspection and test/Analysis: The Supplier will be responsible for free replacement of stocks if
not found as per specification as required of the demand. In case of non-supply the same will be
purchased from the local market and the amount will be recovered from the contractor, If supplier
showed non-compliance of terms and conditions, Procuring Agency will cancel the contract
at any time without giving any advance notice.
182. In case of any dispute the decision of the Medical superintendent DHQ Hospital
Bahawalnagar will be final.
183. The Supplier will be responsible to mentions details of items in the bill like Generic Name
of item, Brand Name of Item/ Manufacturer, Date of manufacturing, & Date of Expiry.
184. In Case of non-supply of any item within stipulated period as per contract, risk purchase
may be done from any other reputable institute and difference shall be deducted from the
performance guarantee of contractor.
185. The firm will be fully responsible to supply the store as per requirement of DDO as per
supply order. 186. Warranty of X-Ray Films & Chemicals supplied as per tender specification of Quality & Quantity (Comprehensive).
187. The firm will be wholly & solely responsible if it failed to supply X-Ray Films & Chemicals
in the stipulated time frame as per Purchase Order /Telephonic Directions of the Medical
Superintendent/Management of the Hospital. Bidder also responsible to maintain handsome
quantity of Items to meet any sort of emergency requirements of the procuring agency. 188. The Medical Superintendent shall notify the supplier in writing for any claim arising under the warranty. Upon receipt
of such notice, the supplier shall replace the Items within Seven (7) days, inclusive of, where applicable, the cost of
inland delivery
189. Delivery and Payment
XXXV. Items should be received defaced and issued from store as per prescribed mechanism of hospital
and must be entered into acknowledgement register.
XXXVI. The authorized pharmacist/Storekeeper shall verify the bills in comparison to entries in register as
per prescribed mechanism of hospital.
XXXVII. In case delayed supply the risk purchase should be made from the security deposit of contractor. In
case of constant default the process of risk purchase should be repeated and tenders may be re-
called for fresh competition.
XXXVIII. The contractor will submit the bills on monthly basis for payment. The contractor will provide an
authentic price list of items if and when required for verification of bills.
XXXIX. In case, contractor charges excess rates the difference will be recovered from contractor either from
his bills or security.
XL. The contractor will be bound to provide the invoice of his source of purchase if and when required.
Page 213 of 238
Bidder Signature & Stamp
GENERAL CONDITIONS
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as
indicated:
(a) “The Contract” means the agreement entered into between
the Purchaser and the Supplier, as recorded in the
Agreement signed by the Parties, including all attachments
and appendices thereto and all documents incorporated by
reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper
performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the Supplier
is required to supply to the Purchaser under the Contract.
(d) “The Services” means those services ancillary to the supply
of above goods, such as printing of special instructions on
the label and packing, design and logo of the Government
of Punjab, transportation of goods up to the desired
destinations and other such obligations of the Supplier
covered under the Contract.
(e) “GCC” means the General Conditions of Contract
contained in this section.
(f) “SCC” means Special Conditions of the Contract.
Page 214 of 238
Bidder Signature & Stamp
(g) “The Purchaser” means the Government of Punjab, , itself
and Director General Health Services Punjab, Program
Managers/Project Director of Vertical Programs, all
EDOs (Health) & Medical Superintendents working under
.
(h) “The Supplier” means the individual or firm supplying the
goods under this Contract.
(i) “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are
not superseded by provisions of other parts of the Contract.
3. Source of
Import
3.1 All goods and related services to be supplied under the contract
that are required to be imported in Pakistan shall have their origin
in eligible source countries as prescribed by the commercial
policies of the Federal Government of Pakistan and all
expenditures made under the contract shall be limited to such
goods and services.
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing
or processing.
4. Standards 4.1
4.2
4.3
4.4
The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and Services
and to remedy defects therein in conformity in all respects with
the provisions of this Contract.
If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Purchaser) the price difference shall be paid by
the Supplier.
In case of supply of substandard product the cost associated with
disposal/destruction or associated handling shall be borne by the
Supplier i.e., removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of Contract
Documents and
Information.
5.1
5.2
The Supplier shall not, without the Purchaser’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall
extend only so far as may be necessary for purposes of such
performance.
Page 215 of 238
Bidder Signature & Stamp
5.3
5.4
The Supplier shall not, without the Purchaser’s prior written
consent, make use of any document or information enumerated
in GCC Clause 5.1 except for purposes of performing the
Contract.
Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Purchaser and shall
be returned (all copies) to the Purchaser on completion of the
Supplier’s performance under the Contract if so required by the
Purchaser.
The Supplier shall permit the Purchaser to inspect the Supplier’s
accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party
claims of infringement of patent, trademark, or industrial design
rights arising from use of the Goods or any part thereof in the
country.
7. Submission of
Samples
7.1 Before commencing supplies, the Supplier shall provide samples
free of cost, if and as specified in the Schedule of Requirements
of the product to the designated office or staff, as the case may
be.
8. Ensuring storage
arrangements
8.1 To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall,
at least 02 days prior to such situation, shall inform the Supplier,
in writing, of the possible time frame of availability of space by
which the supplies can be made. In case the Supplier abides by
the given time frame it shall not be penalized for delay.
9. Inspections and
Tests
9.1 The Purchaser or its representative shall have the right to inspect
and / or to test the goods in accordance with the procedure given
in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
9.2 All costs associated with testing shall be borne by the Supplier.
9.3
The Purchaser’s right to inspect, test and, where necessary, reject
the goods after the goods either at Supplier’s premises or upon
arrival at Purchaser’s destinations shall in no way be limited or
waived by reason of the goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to
the goods delivery from the point of Supply or manufacturing.
Nothing in GCC Clause 9 shall in any way release the Supplier
from any warranty or other obligations under this Contract.
Page 216 of 238
Bidder Signature & Stamp
10. Delivery and
Documents
10.1
10.2
10.3
The Supplier in accordance with the terms and manner specified
in the Schedule of Requirements shall make delivery of the
goods.
The Supplier shall furnish all necessary documentation necessary
for completion of the delivery, at the time of delivery and in the
manner prescribed.
The goods supplied under the Contract shall be delivered on free
delivery of consignee’s end basis under which risk is transferred
to the buyer after the Goods having been delivered;
11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
12.Transportation 12.1
12.2
The Supplier shall arrange such transportation of the goods as is
required to prevent their damage or deterioration during transit to
their final destination and in accordance with the terms and
manner prescribed in the Schedule of Requirement/bidding
document.
All costs associated with the transportation of the goods subject
to this contract shall be borne by the Supplier.
13. Incidental
Services
13.1
The Supplier shall be required to provide the incidental services
as specified in the SCC and the cost of which is included in the
total bid price.
14. Warranty 14.1
14.2
All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
The Purchaser shall promptly notify the Supplier in writing of
any claims arising under this warranty.
15. Payment 15.1
15.2
The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed and
annexed to this contract.
The currency of payment shall be Pakistan Rupees.
16. Prices 16.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier in
its bid and shall remain the same till the expiry of the contract
unless the Parties to this contract mutually agree to vary the
prices.
17. Contract
Amendments
17.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s prior
written consent.
Page 217 of 238
Bidder Signature & Stamp
19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
20. Delays in the
Supplier’s
Performance
20.1
20.2
20.3
Delivery of the goods shall be made by the Supplier in
accordance with the time schedule prescribed by the Purchaser in
the Schedule of Requirements.
If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods, the
Supplier shall promptly notify the Purchaser in writing of the fact
of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with liquidated damages, in
which case the extension shall be ratified by the Parties by an
amendment to the Contract.
Except as provided under GCC Clause 20, a delay by the Supplier
in the performance of its delivery obligations shall render the
Supplier liable to the imposition of liquidated damages as
prescribed in the SCC, unless the parties to this contract mutually
agree for extension of time.
21. Termination for
Default
21.1 The Purchaser, without prejudice to any other remedy for breach
of Contract, by written notice of default sent to the Supplier, may
terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of
the goods within the period(s) specified in the signed
contract, and subsequent contract/Purchase order or
within any extension thereof granted by the Purchaser
pursuant to GCC Clause 20; or
(b) if the Supplier fails to perform any other obligation(s)
under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent
practices means:
“the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official or the
contractor in the procurement process or in contract
execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial,
non-competitive levels and to deprive the procuring
Page 218 of 238
Bidder Signature & Stamp
agency of the benefits of free and open competition and
any request for, or solicitation of anything of value by
any public official in the course of the exercise of his
duty; it may include any of the following practices:
(i) coercive practice by impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence the actions
of a party to achieve a wrongful gain or to cause a
wrongful loss to another party;
(ii) collusive practice by arrangement between two or
more parties to the procurement process or contract
execution, designed to achieve with or without the
knowledge of the procuring agency to establish prices at
artificial, noncompetitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including
a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(v) obstructive practice by harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process,
or affect the execution of a contract or deliberately
destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements
before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; or threatening, harassing
or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or acts intended to
materially impede the exercise of inspection and audit
rights;
Corrupt or
Fraudulent
Practices and
Mechanism to
Debar/Blacklist
the Defaulted
Bidder.
21.2 The following are the events which would lead to initiate under
Rule 21 of PPRA Rules 2014 Blacklisting / Debarment process; xlvi. Submission of false fabricated / forged documents for
procurement in tender.
xlvii. Not attaining required quality of work.
xlviii. Inordinate tardiness in accomplishment of assigned/agreed
responsibilities / contractual obligations resulting loss to
procuring agency / Government.
xlix. Non execution of work as per terms & condition of contract.
l. Any unethical or unlawful professional or business behavior
detrimental to good conduct and integrity of the public
procurement process.
li. Involvement in any sort of tender fixing.
Page 219 of 238
Bidder Signature & Stamp
lii. Persistent and intentional violation of important conditions of
contract
liii. Non-adherence to quality specification despite being
importunately pointed out.
liv. Security consideration of the State i.e., any action that
jeopardizes the security of the State or good repute of the
procuring agency.
PROCEDURE: As per Rule-21 of the Punjab Procurement
Rules 2014.
22. Force Majeure 22.1
22.2
22.3
Notwithstanding the provisions of GCC Clauses 20 and 21, the
Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure. For the purposes of this clause Force Majeure means an
act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly
purporting to mis-planning, mismanagement and/or lack of
foresight to handle the situation. Such events may include but are
not restricted to acts of the Purchaser in its sovereign capacity,
wars or revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative
means for completion of the purchase order under the signed
contract and inform the Supplier of its findings promptly.
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
23. Termination
for Insolvency
23.1 The Purchaser may at any time terminate the Contract by giving
written notice of one month time to the Supplier if the Supplier
becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier,
provided that such termination shall not prejudice or affect any
right of action or remedy which has accrued or shall accrue
thereafter to the Parties.
24. Arbitration and
Resolution of
Disputes
24.1
24.2
The Purchaser and the Supplier shall make every effort to resolve
amicably by direct informal negotiation any disagreement or
dispute arising between them under or in connection with the
Contract.
Page 220 of 238
Bidder Signature & Stamp
29.
Blacklisting
Mechanism 29.1 The procuring agency may, on information received from any resource, issue
show cause notice to a bidder or contractor.
29.2 The show cause notice shall contain:
(a) Precise allegation, against the bidder or contractor;
(b) The maximum period for which the procuring agency proposes to debar
the bidder or contractor from participating in any public procurement of the
procuring agency; and
(c) The statement, if needed, about the intention of the procuring agency to
make a request to the Authority for debarring the bidder or contractor from
participating in public procurements of all the procuring agencies.
29.3 The procuring agency shall give minimum of seven days to bidder or
contractor for submission of written reply of the show cause notice.
29.4 In case, the bidder or contractor fails to submit written reply within the
requisite time, the procuring agency may issue notice for personal hearing
to the bidder or contractor/ authorize representative of the bidder or
contractor and the procuring agency shall decide the matter on the basis of
available record and personal hearing, if availed.
29.5 In case the bidder or contractor submits written reply of the
Show cause notice, the procuring agency may decide to file the matter or
direct issuance of a notice to the bidder or contractor for personal hearing.
24.3
If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have been
unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution
through arbitration.
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time).
25. Governing
Language
25.1 The Contract shall be written in English language. Subject to
GCC Clause 26, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the Contract,
which are exchanged by the Parties, shall be written in English.
26. Applicable
Law
26.1 This Contract shall be governed by the Laws of Pakistan and the
courts of Pakistan shall have exclusive jurisdiction.
27. Notices
28.Taxation
27.1
27.2
28.1
Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page 221 of 238
Bidder Signature & Stamp
29.6 The procuring agency shall give minimum of days to the bidder or contractor
for appearance before the specified officer of the procuring agency for
personal hearing.
29.7 The procuring agency shall decide the matter on the basis of the available
record and personal hearing of the bidder or
Contractor, if availed.
29.8 The procuring agency shall decide the matter within fifteen days from the date
of personal hearing unless the personal hearing is adjourned to a next date and
in such an eventuality, the period of personal hearing shall be reckoned from
the last date of personal hearing.
29.9 The procuring agency shall communicate to the bidder or
Contractor the order of debarring the bidder or contractor from participating
in any public procurement with a statement that the bidder or contractor may,
within thirty days, prefer a representation against the order before the
Managing Director of the Authority.
29.10The procuring agency shall, as soon as possible, communicate the order of
blacklisting to the Authority with the request to upload the information on its
website.
29.11 If the procuring agency wants the Authority to debar the bidder or contractor
from participating in any public procurement of all procuring agencies, the
procuring agency shall specify reasons for such dispensation.
29.12 The Authority shall immediately publish the information and
Decision of blacklisting on its website.
29.13 In case of request of a procuring agency under para 11 or
Representation of any aggrieved person under rule 21, the
Managing Director shall issue a notice for personal hearing to the parties and
call for record of proceedings of blacklisting. The parties may file written
statements and documents in support of their contentions.
29.14 In case of representation of any aggrieved person or procuring agency under
rule 21, the Chairperson shall issue a notice for personal hearing to the parties
and may call for the record of the proceedings. The parties may file written
statements and documents in support of their contentions.
29.15 In every order of blacklisting under rule 21, the procuring
Agency shall record reasons of blacklisting and also reasons for short, long
or medium period of blacklisting.
29.16 The Authority shall upload all the decisions under rule 21,
Available with it, on its website. But the name of a bidder or
Contractor shall immediately be removed from the list of
Blacklisted persons on expiry of period of blacklisting or order of the
competent authority to that effect, whichever is earlier?
29.17 An effort shall be made for electronic communication of all the notices and
other documents pursuant to this mechanism or process.
Page 222 of 238
Bidder Signature & Stamp
TECHNICAL SPECIFICATIONS OF THE CONTRACT
A). Product Specifications.
(Detailed technical specifications, given in Award of Contract, will be followed)
Sr. No Name of Items Specifications
1 Plain X-Ray Film 8” x 10” Japan
2 Plain X-Ray Film 8” x 10” China
3 Plain X-Ray Film 10” x 12” Japan
4 Plain X-Ray Film 10” x 12” China
5 Plain X-Ray Film 12” x 15” Japan
6 Plain X-Ray Film 12” x 15” China
7 CR X-Ray Film 8” x 10” Konica SD-Q
8 CR X-Ray Film 10” x 12” Konica SD-Q
9 CR X-Ray Film 11” x 14” Konica SD-Q
10 CR X-Ray Film 14” x 17” Konica SD-Q
11 Fixer Salt Japan
12 Developer Salt Japan
13 Fixer Salt China
14 Developer Salt China
15 CT Scan Film 14” x 17” Dry Japan
b). Testing/Verification Procedures
x. The Inspection Committee will carry out detailed physical examination of stocks and can reject,
even if it is declared of standard quality, if found not according to the approved sample and other
Page 223 of 238
Bidder Signature & Stamp
technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier
will also be responsible to replace the unconsumed expired items without any further charges.
c) Transportation/Delivery Requirements xiv. The Supplier shall arrange such transportation of the items as is required to prevent their damage
or deterioration during transit to their final destination and in accordance with the terms and manner
prescribed in the Schedule of Requirement.
xv. All costs associated with the transportation including loading/unloading of items and road taxes shall be borne by the
Supplier.
d). Integrity Pact
The Supplier shall provide affidavit of integrity pact for awarded item/items with contract value equal to or more than
10 Million Rupees on the prescribed format on judicial stamp paper of Value Rs:100/- as per Annexure-10.
(TECHNICAL EVALUATION CRITERIA) (100 MARKS) Sr.
No Parameters Detail
Total
Marks Remarks
1
Past
Performance
As per Bid
Form
Major institutions served:
Sr.
No
No. of Institution
Served
Score
1 1 3
2 2 to 3 6
3 4 to 5 9
4 6 to 7 12
5 8 and above 15
15
Institution includes
Government Departments and
Registered Private
Organizations.
2
Income tax &
sales tax
registration
1 Income tax registered 5
2 Sale tax registered 5
10
Authorized certificate issued by
the concerned Authority is
required.
3
Product
sample
(Where
Applicable/
Company
goodwill &
reputation
Goodwill will be examined as per
following parameters:
1 Excellent 10
2 V. Good 8
3 Good 5
4 Satisfactory 3
5 Poor 0
* Good means-- no criminal/financial
case pending against the company.
Never ever black listed.
10 Marks obtained/N/A
4 Financial
soundness
1 5-10 Million 10
2 10-15 Million 15
3 Above 15 Million 20
20 Bidders having less than 5
Million are ineligible.
Page 224 of 238
Bidder Signature & Stamp
5 Performance
Certificates
1 1 to 3 certificates 5
2 More than 3
certificates
10
10
Performance Certificates/
Satisfactory reports from
serving clients.
6
Technical &
Sales Staff
details
1 Have up to 05 persons 10
2 Have more than 10
persons.
15
15 Technical Human Resources
7
Income Tax
& GST
returns
1 For One Year 10
2 For 2 years 15
3 More than 2 years 20
20 Last three years Income Tax
& GST returns
Total marks: 100
Qualifying marks: 50%
FINANCIAL PROPOSAL EVALUATION i. Technically qualified/successful bidder(s)/Tendere(s) shall be called for opening of the Financial
Proposal(s). The Financial Proposals will be opened in the presence of the Bidders at the time and venue
indicated by the Purchaser accordingly. The technically eligible/ Successful Bidder(s)/Tenderer(s) or
their authorized representatives shall be allowed to take part in the Financial Proposal(s).
ii. Financial Proposal evaluation will be conducted under the Punjab Procurement Rules, 2014 (amended
2016). The Price evaluation will include all duties, taxes and expenses etc. In case of any exemption of
duties and taxes made by the Government in favor of the Purchaser, the contractor shall be bound to
adjust the same in the Financial Proposal.
ANNEX-1
Page 225 of 238
Bidder Signature & Stamp
LETTER OF INTENTION (BIDDER’S FIRM LETTERHEAD)
Bid Ref No.
Date of the Opening of Bids
From: Name of the Firm :{ Add name e.g., Supply of Drugs & Non-Drugs etc}
To: [Medical Superintendent, DHQ Hospital Bahawalnagar]
Dear Sir/Madam,
Having examined the bidding documents including Addenda Nos. [insert numbers & Date of individual
Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver
the Goods under the above-named Contract in full conformity with the said bidding documents and at the
rates/unit prices described in the price schedule or such other sums as may be determined in accordance
with the terms and conditions of the Contract. The amounts are in accordance with the Price Schedules
attached herewith and are made part of this bid.
We undertake, we have no reservation to these Bidding Documents, if our bid is accepted, to deliver the
Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts,
and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written
acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we
will strictly observe the laws against fraud and corruption in force in Pakistan.
We will pay the testing fee for samples collected from any supply of any district to be tested and will accept
the results to testing by DTLs, Punjab.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding
documents.
Dated this [insert: number]day of [insert: month], [insert: year].
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page 226 of 238
Bidder Signature & Stamp
ANNEX- 2
TECHNICAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir,
We are hereby submitting our Proposal, which includes the Technical Proposal and the Financial
Proposal sealed in two separate envelopes. We have attached the Technical Bid Form, Check List,
Detailed Specifications and the required supporting documents along with our Technical Bid as per
tender eligibility criteria.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 3
Page 227 of 238
Bidder Signature & Stamp
FINANCIAL PROPOSAL COVERING LETTER (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
To:
The Medical Superintendent
DHQ Hospital Bahawalnagar.
Dear Sir, With Reference to your Tender (title of the Tender). Please find attached our Financial Proposal
for the sum of Rs. (insert amount in words and figures) this amount is inclusive of all taxes. We have
attached the Bid Security of amount Rs. (insert amount in words and figures) having CNIC No. along
with our Financial Bid.
Yours sincerely,
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 4
QUOTATION PRICE SCHEDULE (TO BE ATTACHED WITH FINANCIAL PROPOSAL ON BIDDER’S FIRM LETTERHEAD)
User Note: This form is to be filled in by the Bidder for quoted items/products and shall submit with
Financial Proposal in individually sealed envelope for each item in a single main sealed
envelope for all items.
Bidders are required to fill this form for the items they wish to quote as per detailed
specification of items mentioned in Technical specification of Contract.
Page 228 of 238
Bidder Signature & Stamp
Name of the Firm:
Bid Reference. No:
Date of opening of Bid.
Sr. No Name of Items Specifications Quoted Price
1 Plain X-Ray Film 8” x 10” Japan
2 Plain X-Ray Film 8” x 10” China
3 Plain X-Ray Film 10” x 12” Japan
4 Plain X-Ray Film 10” x 12” China
5 Plain X-Ray Film 12” x 15” Japan
6 Plain X-Ray Film 12” x 15” China
7 CR X-Ray Film 8” x 10” Konica SD-Q
8 CR X-Ray Film 10” x 12” Konica SD-Q
9 CR X-Ray Film 11” x 14” Konica SD-Q
10 CR X-Ray Film 14” x 17” Konica SD-Q
11 Fixer Salt Japan
12 Developer Salt Japan
13 Fixer Salt China
14 Developer Salt China
15 CT Scan Film 14” x 17” Dry Japan
Signature: ----------------------------------------
Designation: -------------------------------------
Date: ----------------------------------------------
Official Stamp: ----------------------------------
ANNEX- 5
PERFORMANCE GUARANTEE
To: [MEDICAL SUPERINTENDENT DHQ HOSPITAL BAHAWALNAGAR]
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Page 229 of 238
Bidder Signature & Stamp
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to
a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove
or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 201___
Signature and Seal of the Guarantors/ Bank
Address
Date
ANNEX- 6
CONTRACT FORM AGREEMENT
THIS CONTRACT is made at on day of 201__, between
the _______________________________, (hereinafter referred to as the “Purchaser”) of the First Part;
and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address
of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as
“Party” and collectively as the “Parties”).
WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name)
being the Manufacturer/ authorized sole agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and
Whereas, the Purchaser has accepted the bid by the Supplier as per following detail;
Item
No. Item Name
Approved
Specifications
Unit Price in PKR
(As per contract) Quantity
Total Cost
(PKR)
NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
Page 230 of 238
Bidder Signature & Stamp
6. The Contract: The following documents shall be deemed to form and be read and construed as
integral part of this Contract , viz:-
a. This Contract Form
b. The Schedule of Requirements Annex- A
c. Special Conditions of Contract & the Technical Specifications Annex- B
d. Original Price Schedule along with unsolicited discount offered by the firm (if any)
submitted by the Bidder. Annex- C
e. The Notification of Award (AAT) Annex- D
f. Purchase Order Annex-E
g. Payment Schedule Annex-F
h. The General Conditions of Contract Annex-G
i. Performance Guarantee/Security Annex-H
j. Manufacturer’s certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules
framed thereunder Annex-I
k. The bidding document of Procuring Agency Annex-J
2. Interpretation: In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract hereinafter referred to as
“Contract”: 48. The Term of the Contract: This contract shall remain valid for one year from the date of signing, unless
amended by mutual consent.
49. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,
interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or
agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business
practice.
ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully
declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall
not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor
or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee
or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or
other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly
declared pursuant hereto.
iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all
persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall
not take any action to circumvent the above declaration, representation or warranty.
iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation
and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under
any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to
indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever
form from Procuring Agency.
Page 231 of 238
Bidder Signature & Stamp
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration mutually agreed by both parties/ Secretary P&SH Department and/or his nominee. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
50. Items to be Supplied & Agreed Unit Cost:
(i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the
Price Schedule Submitted by the Bidder (Annex C).
(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical
Specification (Annex B) prescribed by the Purchaser against each item
(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with
transportation and other agreed incidental costs.
51. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision
of the Goods and Services, as specified in the Schedule of Requirements and Technical
Specification in accordance with the Price Schedule submitted by the Supplier, the amount against
the delivered items or such other sum as may become payable under the provisions of this Contract
at the time and in the manner prescribed by this Contract.
52. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued
in the name of [supplier’s name].
53. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed
Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of
documentary and codal formalities highlighted in the Payment Schedule at Annex F.
54. Performance Guarantee/Security:
(i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a
Performance Security in the form of an Irrevocable Bank Guarantee equivalent to 05 % of the total
Contract amount having validity of one year from its date of issuance from any scheduled bank on
the prescribed format and in prescribed manner. This Performance Guarantee/Security shall be
released to the Supplier upon successful completion of the Contract.
(iii) Failure to submit a Performance Guarantee/Security shall result into cancellation of contract &
blacklisting of firm.
55. Penalties/ Liquidated Damages
(i) Wherein the Supplier fails to make deliveries as per signed contract& purchase order and within the stipulated time
frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall
stand cancelled.
Page 232 of 238
Bidder Signature & Stamp
(ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance
Guaranty/Security to the extent of non–delivered portion of supplies shall be forfeited.
(iii) If the Supplier fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount
of Performance Guaranty/Security shall be forfeited to the Government account and the firm shall be blacklisted
minimum for two years for future participation.
(iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent
contract/purchase order.
(v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance
of subsequent contract/purchase order by the consignee, a penalty @ (0.067% per day) of the cost of late delivered
supply shall be imposed upon the Supplier.
56. Notices: All notices and correspondences incidental to this contract shall be in English
language and shall be addressed to:
For the Purchaser:___________
For the Supplier:_____________
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed: For The
Manufacturer/ Authorized Agent.
Sealed & Signed on behalf of
Purchaser
Witnesses-1 on behalf of the
Contractor
Witnesses-2 on behalf of the
Contractor
CC:-
16. --------------------------------------- 17. --------------------------------------- 18. ---------------------------------------
Witnesses-1 on behalf of the Purchaser
Witnesses-2 on behalf of the
Purchaser
ANNEX- 7
PAYMENT SCHEDULE
vi. 100% Payment to the Suppliers will be made by the concerned Purchaser/Disbursing & Drawing Officer (DDO) preferably
be central;
k. against satisfactory performance and upon submission of required documents and in accordance with the
procedure mentioned in Rule 64 and other relevant rules of PPR-2014.
Page 233 of 238
Bidder Signature & Stamp
l. on production of Inspection Certificate and receipt certificate from Consignee, after recovery of Government
dues (if any) including Professional Tax and DTL Testing Charges.
vii. Part Supply and Part Payment is not allowed as per contract/purchase order, the Payment will only be made after the
receipt of complete supply as per schedule mentioned in schedule of requirement within due time.
ANNEX- 8
SCHEDULE OF REQUIREMENTS (TO BE ATTACHED WITH TECHNICAL PROPOSAL ON FIRM’S LETTERHEAD)
The supplies shall be delivered in accordance with the Contract/Purchase Orders issued by
Procuring agency as per following schedule of requirements: -
Respective Consignee’s End:
vi. DHQ HOSPITAL BAHAWALNAGAR
Free delivery to Consignee’s end (DDP) basis.
Page 234 of 238
Bidder Signature & Stamp
Supply schedule
Delivery of
Quantity without Penalty
(X)
Grace Period (Y)
Immediately after Receiving of
Purchase Order.
07 Days 03Days
With penalty @0.067% per day.
After Completion of due delivery period specified against
each installment penalty (0.067% per day) shall be imposed
Authorized Signature (In full and initials)
Name and Designation of Signatory Name of Firm Address
ANNEX- 9
AFFIDAVIT (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly state that: 46) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
47) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
48) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.
49) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.
50) The undersigned are solvent and competent to undertake the subject Contract under the Laws of Pakistan.
51) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related
to this bid or award or contract.
52) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
53) That the prices offered are not more than trade price.
Page 235 of 238
Bidder Signature & Stamp
54) I/We, further undertake that I/we will ready to pay the standard charges of testing samples by DTLs Punjab, if needed
or required by the Medical Superintendent DHQ Hospital Bahawalnagar.
55) I/we further under take to provide the Batch Release Laboratory Test Reports of each batch of the product on its
delivery.(If needed for required items)
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 10
INTEGRITY PACT AFFIDAVIT (RS: 100/- JUDICIAL STAMP PAPER)
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms. ________
(if participating through agent / representative) is the agent/ representative duly authorized by _(Name of
the bidder company)_ hereinafter called the Contractor to submit the attached bid to the _(Name of the
Purchaser)_. Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid, given or
donate or agreed to pay, given or donate to any line officer or employee of the _(Name of the Purchaser)_
any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and
selection of the bidder for contract or for refraining from properly and thoroughly maintaining projects
implementations, reporting violation of the contract specification or other forms of non-compliance.
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 20__
______________________________________________________ Notary Public
Page 236 of 238
Bidder Signature & Stamp
ANNEX- 11
AFFIDAVIT FOR PRICE RESPONSIBILITY (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 16) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
17) That the price offered here in our financial bid are lowest among prices quoted against same items/brands among other
institutes during same fiscal year.
18) That if our offered prices found higher than offered prices of our firm against prescribed items in other served
institutions, we shall remain bound for recovery of high price difference on our firm.
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 12
AFFIDAVIT FOR NON BLACKLISTING (JUDICIAL STAMP PAPER RS.100/-)
I/We, the undersigned solemnly declare that: 26) I/We have read the contents of the Bidding Documents and have fully understood and agreed with all the terms and
conditions of the bidding document.
27) That our firm and proprietor both are registered with FBR in liue of NTN and GST, and are active filer in terms of both
income tax and sales tax.
Page 237 of 238
Bidder Signature & Stamp
28) That our firm and proprietor both have never ever been blacklisted by any Authority or institute in terms of taxation
(both income tax and GST) and in terms of violation of any contract with any Public or semipublic institute.
29) That all firms registered on the name of Person(proprietor) with FBR have never ever been blacklisted by the FBR, in
lieu of Income Tax & Sales Tax.
30) That if any statement as stated above found false or fabricated, procuring agency reserve the right to reject our bid or
may terminate our contract during the contract period
I /We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed:
In the capacity of [insert: title or position]
Duly authorized to sign this bid/affidavit for and on behalf of [insert: name of Bidder]
ANNEX- 13
CHECK LIST The bidder must attach this list along with the Bid
Packing of the Bid
S.No Description Yes/No
01 Bid submitted in 2 envelopes
02 Technical Proposal Envelop A
03 Financial Proposal Envelop B
04 Both envelops packed in single larger envelop
SUBMISSION AND ARRANGEMENT OF SUPPORTING DOCUMENTS
The Bidder must provide all the Supporting Documents, must number all the pages of supporting
documents, provide the page information and arrange the documents in the following order:
Envelope A: Enclosures of Technical Proposal Attached
(Yes/No)
Page No.
1 Check List
2 Covering Letter/Letter of intention
3 Original receipt for purchase of tender and Signed
Bidding Document copy of the Tender
4 Bid Security 2% of total estimated cost in the favor of
Medical Superintendent DHQ Hospital Bahawalnagar,
should attached with financial bid & photocopy of the
same attached with
Page 238 of 238
Bidder Signature & Stamp
Technical bid as demanded in bidding document.
6 Copy of CNIC of Proprietor
7 National Tax Number and General Sale Tax number
certificate.
9 Company Profile
10 Schedule of requirements
11 Price Responsibility Affidavit
12 Non Blacklisting Affidavit
13 Bidders Undertaking/Affidavit
14 Integrity Pact Affidavit
Note: All the above documents and any other supporting document must be page number & must
be mentioned in the column specified for the purpose.
*Technical Evaluation Committee can call any firm owner/representative participating in the
tender process for the verification of the documented evidence attached with the technical proposal
by the firm.
Total Number of pages attached with the Technical Bid __________Pages
17 Tender Document duly signed and
stamped each page by the bidder must
be attached at the end of the Technical
Bid but numbering is not required for
this document.
18 Bank Statement of Firm’s Bank
Account
Envelope B : Enclosures of Financial
Proposal
Attached(Yes/No) Page No
19 Financial Proposal Covering Letter
20 Quoted Price Schedule Rates Form duly
filled, signed and stamped by the bidder
21 Bid Security in shape of CDR
Note:
I. Failure to provide any of the above documents will results in rejection of bid.
II. No reminder or letter will be issued for any missing document.
s