open tender for the rate contract for service & … · 2020-06-18 · any two certificate=20...
TRANSCRIPT
OPEN TENDER FOR THE RATE
CONTRACT FOR SERVICE &
MAINTENANCE OF DIALYSIS
MACHINES (MONTHLY BASIS) AT
SOCIAL SECURITY TEACHING
HOSPITAL
MULTAN ROAD, LAHORE FOR
FINANCIAL YEAR 2020–21
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 09-07-2020 (11:00 AM)
DATE OF OPENING: 09-07-2020 (11:30 AM)
Contract Period: 01-Year (Extendable)
Contract Mode: F. O. R BASIS (Availability of Parts)
Bid Security: 3% of estimated price in shape of CDR in favor of
Medical Superintendent
Social Security Teaching Hospital Multan Road, Lahore.
SUBJECT: TERMS & CONDITIONS REGARDING OPEN TENDER FOR SERVICE & MAINTENANCE
CONTRACT (MONTHLY BASIS) OF DIALYSIS MACHINES (FRESENIUS 4008S & TOREY TQS-88) AT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
Technical specifications for the Service & Maintenance of Dialysis machines (Monthly
Basis), for financial year 2020-21. at Social Security Teaching Hospital Multan Road, Lahore.
Instructions to the Bidders & other terms & conditions are detailed in the Bidding
Document available at PPRA Website, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk .
No. SSTHL/Estt/2020/ Dated: July, 2020
M/s.
MEDICAL SUPERINTENDENT
CHECK LIST (MANDATORY TO FILL & COMPLY)
Sr. # DETAIL YES / NO PAGE #
1. Original receipt for purchase of tender (F-6)
2.
3% Bid Security of the estimated price in the form of CDR/Bank
Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid)
3. Bid Validity Period 90 days
4.
Availability of Technical staff of the Company/Firm and overall
reference to the services
5.
Acceptance of terms and conditions of tender documents duly
signed and stamped.
6.
An affidavit on stamp paper of Rs. 100/- submitting following
clauses:
I) that replacement of defective parts under warranty shall
be done;
II) that the firm is never black listed on any grounds what so
ever.
III) Availability of accessories and spare parts for the system
update
7. Bid Price should not be mentioned on technical bid.
8.
Copies of valid CNIC, Professional Tax Clearance Certificate,
National Tax Number, General Sales Tax Number and PRA
Registration Certificates.
9. Well reputed any firm.
Note: 1- Fill in the check list properly/completely along with the page marking of the documents enclosed.
2- Technical Bids should be submitted with proper binding, page marking and index.
1. EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER, SERVICE & MAINTENANCE CONTRACT FOR DIALYSIS MACHINES FOR THE FINANCIAL YEAR 2020-21.
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof NTN No.=05, GST No.=05 and PRA Registration Certificate=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 08 If balance sheet and bank statements both are deposited, then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
3. Establishment of company/firm with reference to the Services.
More than 05-years =20
03-05 years =10
01-03 years =05
20
4. Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/other PESSI
organization = 10 Public/ Private Sector =05
15
5. Availability of required staff of the company/firm in reference to the service with letters separately. a) Number of staff =10
I. At least two staff members =10
10
6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years 10 TOTAL 100 PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
.
Price Schedule
(Good(s) to be procured under DDP/Free delivery at consignee’s end basis) Name of Bidder
Tender No.
Sr. No. (As listed
in invitation of bid )
Name of Item
(As listed in invitation of
bid)
Make / Model and country of Manufacturer
and origin
Specifications (Complete
Details)
Qty.
Monthly
Unit Price (Rs.)
Sale and other taxes (Specify the type and kind of taxes
applied)
Monthly Total Cost
(Rs.)
1.
2.
3.
4.
Grand Total
Sign and Stamp of Bidder Note: In case of discrepancy between unit price and total, the unit price shall prevail.
DETAIL OF RATE CONTRACT SERVICE & MAINTENANCE CONTRACT (MONTHLY BASIS) OF DIALYSIS MACHINES AND WRO PLANT
WITHOUT PARTS FOR THE PERIOD OF ONE YEAR OF FINANCIAL YEAR 2020-21.
Sr. # DESCRIPTION OF MACHINE
Make & Model Without parts Tentative Quantity 2019-20 Estimated price per
unit
Including PST Total Estimated
Cost
1.
TOTAL
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE TENDER NOTICE FOR THE FINANCIAL YEAR 2020-21
LIST OF DIALYSIS MACHINE’S TECHNICAL SPECIFICATIONS TO BE PROCURED FOR THE FINANCIAL YEAR, 2020-21
Sr. No.
Name of Item
Make / Model and country of Manufacturer and origin
Specificatio ns (Complete Details)
Qty.
Estimated Unit Price (Rs.)
Estimated Total Cost Monthly (Rs.)
Estimated Total Cost Annually (Rs.)
1.
Rate Contract for Service & Maintenance of dialysis machines monthly basis Without Parts
Fresenius 4008S
07
5500
38500
462000
2.
Rate Contract for Service & Maintenance of dialysis machines Torey TQS-88 monthly basis without parts
Torey-TQS,88
01
5500
5500
66000
MUBASHER YOUSAF WAQAR AHMED MAZARI DR. SHAH NAWAZ MALIK BIO-MEDICAL TECHNOLOGIST BIO-MEDICAL ENGINEER DMS EQUIPMENT
DR. MUHAMMAD IMRAN ASLAM END-USER (NEPHROLOGIST)
MUHAMMAD SHARIF DIRECTOR (F&A)
DR. MUHAMMAD KHALID MAHMUD MEDICAL SUPERINTENDENT
TENDER
FOR PURCHASE OF
BIO-MEDICAL EQUIPMENT’S
ACCESSORIES & SPARE PARTS
FOR SOCIAL SECURITY
TEACHING HOSPITAL
MULTAN ROAD, LAHORE.
FOR FINANCIAL YEAR 2020–21
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 08-07-2020 (11:00 A.M.)
DATE OF OPENING: 08-07-2020 (11:30 A.M.)
Delivery Period:
Bid Security: 3% of estimated price in shape of
CDR in favor of Medical Superintendent Social Security Hospital Multan Road, Lahore.
SUBJECT: TERMS & CONDITIONS REGARDING PURCHASE OF
BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS FOR SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
Technical specifications for the purchase of Bio-Medical Equipment’s
Accessories & Spare Parts for Social Security Teaching Hospital Multan Road,
Lahore.
Instructions to the Bidders & other terms & conditions are detailed in the
Bidding Document available at PPRA Website, www.ppra.punjab.gop.pk & PESSI
Website, www.pessi.gop.pk .
No. SSTHL/Estt/2020/_ Dated: July, 2020
M/s.
MEDICAL SUPERINTENDENT
CHECK LIST (MANDATORY TO FILL & COMPLY)
Sr. # DETAIL YES / NO PAGE #
1. Original receipt for purchase of tender (F-6)
2.
3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid)
3. Bid Validity Period 90 days
4.
Acceptance of terms and conditions of tender documents duly signed and stamped.
5.
An affidavit on stamp paper of Rs. 100/- submitting following clauses: I) that replacement of defective Bio-Medical
Equipment’s Accessories & Spare Parts under warranty shall be done;
II) that the firm is never black listed on any grounds what so ever.
6. Bid Price should not be mentioned on technical bid.
7.
Copies of valid CNIC, Professional Tax Clearance Certificate, National Tax Number and General Sales Tax Number Certificates.
8. List of quoted products supplied to Govt./private sector.
9.
Copies of Supply orders over last two years to Govt. /private sector.
10.
Last 2 years tax returns, audited balance sheet & bank statement / Bank Certificate
Note: 1- Fill in the check list properly/completely along with the page marking of the documents enclosed.
2- Technical Bids should be submitted with proper binding, page marking and index.
ART-A: ASSESSMENT FOR ELIGIBILITY
Sr. # ASSESSMENT PARAMETERS MARKS
1. References of quoted item supplied in Public / Private Organizations. Public Organizations.
Private Organizations.
Supporting documents including name, Model of quoted item, Institutions where supplied with quantity must be attached.
20
2. Financial Soundness of the Firm 20 i. Tax Returns (Last 2 Years)
(copies to be attached) 05
ii. Bank Certificate showing annual turnover 1-2 Million
05
i. 1 to 04 04
ii. 5 to 10 08
iii More Than 10 10
iii. Bank Certificate showing annual turnover more than 2 Million
10
iv. Last two years audited balance sheet (copies to be attached)
10
If balance sheet and bank statements both are deposited, then only marks of balance sheet (15 marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms.
3. Establishment of company/firm with reference to the Services.
More than 05-years = 20
03-05 years = 10
01-03 years = 06
20
4. Product Certification a) Certificates FDA, CE(MDD)/JIS(MHLW) any two Certificate=20 any one Certificate=10 b) For local products ISO=10 ISO14000=10
20
5. Brand Make and Model of the Product a) local product with
i- International market = 10 ii- only local market = 08
10
6. Length of Registration of Products 01-05 Years = 04 06-10 Years = 08 More than 10 Years = 10
10
Note: Acceptable Bids must score minimum of 70% marks.
Price Schedule
TOTAL 100
(Good(s) to be procured under DDP/Free delivery at consignee’s end basis) Name of Bidder
Tender No.
Sr. No. (As listed
in invitation of bid )
Name of
Item (As listed in invitation of
bid)
Make / Model and country of Manufacturer
and origin
Specifications
(Complete Details)
Qty.
Unit Price
(Rs.)
Sale and other taxes
(Specify the type and
kind of taxes
applied)
Total Cost
(Rs.)
1.
2.
3.
Grand Total
Sign and Stamp of Bidder
Note: In case of discrepancy between unit price and total, the unit price shall prevail.
LIST OF BIO-MEDICAL EQUIPMENT’s ACCESSORIES & SPARE PARTS WITH TECHNICAL SPECIFICATIONS
TO BE PROCURED FOR THE FINANCIAL YEAR 2019-20.
Sr. # DESCRIPTION Make & Model MAKE & COUNTRY OF ORIGIN
Specification
Tentativ e
Estimated price per
unit
Total Estimated
Cost
Quantity 2019-20
1. ECG Lead for Cardiac Monitor / vital sign Monitor (5 Leads)
Nihon Kohden BSM-2353-K Compatible 5 Leads 10 4600/- 46000
OMNI (Infinium Medical) 15 4800/- 72000
2. Ecg Lead for ECG Machine
Compatible standard 10 4500 45000
3. SpO2 Lead finger sensor for Cardiac Monitors / Vital Sign Monitors (Neonatal, Peads & Adult sizes)
OMNI (Infinium Medical) Compatible 3 Meter Length
25 4500/- 112500
Nihon Kohden BSM-2353-K 10 5000/- 50000
4. SpO2 Lead finger sensor for Pulse Oximeters (Neonatal, Paeds, Adult sizes)
Criticare 504 DX
Compatible 3-meter Length
03 5000/- 15000
USA Pace tech
03 5000/- 15000
China Pulse Oximeter 05 4000/- 20000
5. NIBP cuff Bladderless (Adult, Extra Large Peads & Neonatal) single Line for vital sign Monitors & cardiac Monitors.
China China / Taiwan
Bladderless Single Line
50 900/- 45000
6. NIBP Extension Cable for vital sign Monitors/ Cardiac Monitors & Dialysis machines
China/ compatible China / Taiwan
03 Meter Length
20 3500/- 70000
7. Back up Battery for Cardiac Monitors Nihon Kohden 12V- 3700 mAh. And
Nihon Kohden BSM-2353-K Compatible 12V-3700 mAh. 12v- 2800mAh
05 15000/- 75000
Cardiac Defibrilator 12v-2800mAh
8. Back up Battery for Cardiac Monitors OMNI 12V 2300 mAh
OMNI (Infinium Medical) Compatible 12V 2300 mAh
20 4500/- 90000
9. Back up Battery for ventilator
Neumovent Graph Compatible 8,10 volts 05 6500/- 32500
10. Back Up Battery for Mammography
Japan Compatible 12v-9Ah Dry Batteries
24 4500 108000
11. Back Up Battery for Gamma Camera
Japan Compatible 12v-9Ah 12v-18Ah 12v-40Ah Dry Batteries
40 4500 180000
12. Back up Battery for tourniquets
ATS 1200 Compatible 12volt 2.3 Ah 01 4500/- 4500
13. Back up Battery for ophthalmoscope
Wellch Allyn 3.5v 1000 mAh
original 3.5v 1000 mAh
01 17000/- 17000
14. Back up Battery for Otoscope 3.5V NiMH
Wellch Allyn 3.5V NiMH original 3.5V NiMH 02 16500/- 33000
15. Syringe pump battery 12v/2Ah
Atom, Terumo Compatible 12v/2Ah 10 3500/- 35000
16. Battery for Blease Anesthesia machine Ventilator 12 v*2Ah
Blease Focus Model 6500 Compatible 12 v*2Ah 06 4500/- 27000
17. Battery for Blease Anesthesia machine Ventilator
Blease frontline Model 8200S Compatible As Per Sample
02 4500/- 9000
18. Blease Focus Anesthesia Machine Flow Sensor
Blease focus Model 6500 Blease USA As Per Sample
03 32000/- 96000
19. Blease Focus Anesthesia Machine Flow Sensor
Blease Frontline Model 8200S
Blease USA As Per Sample
02 28000/- 56000
20. Blease Focus Anesthesia Machine Flow Sensor Tubing
Blease focus Model 6500 Blease USA As Per Sample
03 29000/- 87000
21. Blease Focus Anesthesia Machine Flow Sensor Tubing
Blease Frontline Model 8200S Blease USA As Per Sample
01 29000/- 29000
22. Oxygen sensor for Blease Focus Anesthesia Machine
Blease focus Model 6500 Blease USA As Per Sample
03 25000/- 75000
23. Oxygen sensor for Blease Focus Anesthesia Machine
Blease Focus Model 8200S Blease USA As per sample
01 30000/- 30000
24. Electric Element 2000 watt
Local Local 2000 watt Copper
20 500/- 10000
25. Diathermy Lead Foot Controlled reusable (As Per connector sample)
Martin MEMB-2 China / Taiwan (compatible)
Reusable / Autoclave able/ As Per Connector Sample
04 4500/- 18000
Solid State Diathermy 01 4500/- 4500
Erbe 02 6000/- 12000
Vallylab 02 6500/- 13000
Local 02 4500/- 9000
26. TUR lead for diathermy machine
Martin MEMB-2 China / Taiwan
As per Sample
01 6000/- 6000
Classen 01 6000/- 6000
Erbe (compatible) 01 6000/- 6000
27. Diathermy earth plate silicone rubber type flexible with lead and Connector
Martin MEMB-2 Compatible Silicon Rubber, Flexible with lead and connector
02 9000/- 18000
Classen 02 9000/- 18000
Erbe 02 9000/- 18000
Vallylab 02 9000/- 18000
Local 02 9000/- 18000
28. Diathermy paddle with lead
Martin MEMB-2 China / Taiwan (compatible)
With lead and respective connector / repairable
01 10000/- 10000
Classen 01 10000/- 10000
Erbe 01 10000/- 10000
Vallylab 01 10000/- 10000
Local 01 10000/- 10000
29. O.T lights bulb 24v/50watt
DKK Imported 24v/50watt 20 3000/- 60000
30. O.T lights bulb 22.8v/40w
Merilex Imported 22.8v/40w 15 3000/- 45000
31. O.T lights bulb15v/150w
OSRAM Germany 15v/150w 25 1250/- 31250
32. Bulb of Eye operation microscope 15v150w
TAKAGI Germany 15v150w 25 2200/- 11000
33. Eye slit lamp bulb OLYMPUS Compatible As per Sample
25 2500/- 62500
34. Ophthalmoscope lamp
WELLCH ALLYN Compatible As per Sample
02 2200/- 4400
35. Otoscope lamp Welch Allyn Compatible As per Sample
02 2200/- 4400
36. Retinoscope lamp Heine China / Taiwan
As per Sample
02 2000/- 4000
37. Outlet Points for Oxygen, Nitrous, Air and Vacuum with inst
BS Standard USA , ECC & UK
BS Standard/ Repairable
30 No’s 8000/- 240000
38. Oxygen Flow meter wall mounted for
Imported/Local Taiwan/Chin a/Local
As per Sample
20 No’s 3500/- 70000
central gas supply with humidifier Bottle with safety valve.
39. Suction pipe silicone per ft.
Imported/Local China / Taiwan
Silicon 200 ft. 450/ft. 80000
40. Ambo bag (Pediatric & Adult) silicon
China China / Taiwan
Silicon 10 4500/- 45000
41. NIBP Cuff Dual Line with Bladder (All Sizes)
China China / Taiwan
150 500/- 75000
42. Mercury Imported Imported 2kg 18000/kg 36000
43. ECG limbs electrode (set of four) Clamp type with color coding: red, green, yellow and black
China China / Taiwan
With Color Coding, Clamp type, Set of Four.
10 Sets 2000/- 20000
44. ECG chest electrode silicon bulb type
China China / Taiwan
05sets
(set of six)
2000/- 10000
45. Hydraulic Oil for Suction Machines and OT Tables
Hydraulics China / Taiwan
As per Sample
10Ltr 1000/liter 10000
46. Safety Valve for Autoclave
Local Compatible As Per Sample
06 Pcs 2000/pc 12000
47. Pressure Gauge for Autoclaves
China / Taiwan China / Taiwan
As Per Sample
06 700/- 4200
48. Autoclave Door Locks Local Local As Per Sample
10 1500/- 15000
49. Power Adaptors for Pulse Oximeter
Criticare Compatible As Per Sample
02 2000/- 4000
50. Photo-Therapy Rods Philips Philips TL-52 / 20W 10 3500/- 35000
51. Photo Therapy Chokes
Philips Philips 220v* 20W 10 600/- 6000
52. Autoclave gasket silicone
China / Taiwan China / Taiwan
As Per Sample
10 5000/- 50000
53. Biopsy Forceps flexible
Olympus Compatible As per sample
02 70000/- 140000
54. Infra-Red bulb150watt Imported Philips Holland
As per sample
10 4500/- 45000
55. Infra-Red bulb150watt Imported Philips Holland
As per sample
20 1500/- 30000
56. Tens battery for electric stimulator 9-volt
China / Local As per sample
10 600/- 6000
57. Four station Gym wire Imported / Local Physiotherapy As persample 02 1500/- 3000
58. Suction machine bottles small, medium, large
Imported / Local For suction machine
As per sample or requirement
10 7000/- 70000
59. BP Bellow (bulb) for BP Apparatus
China 150 200/- 30000
TOTAL 2957750
JAVAID IQBAL/MUBASHER YOUSAF DR. SHAHNAWAZ MALIK
Bio-Medical Engineer/Bio-Medical Technologist DMS Equipment
DR. ZAFAR IQBAL MUHAMMAD SHARIF
Chief Consultant Anesthetist Director (F&A)
DR. MUHAMMAD KHALID MAHMUD
Medical Superintendent
1
Tender
For
Dialysis Disposables
items
Financial year
2020-2021
2
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. Tender for the purchase of Dialysis Disposable items during financial year 2020-21
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-7-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.15188850/-
in the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Original Receipt for purchase of tender
(F-6) No and Date
Complete Address
Lahore Office Phone, Cell and Fax No.
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomous Institution at any time. In case of submission of false
statement by the firm, the department reserves the right to take any punitive action including forfeiture of
security, under the rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomous Institution. In case of any over pricing firm shall
be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms
and conditions laid down in the Tender inquiry. In case of any violation of terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Signature
Stamp
4
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE. TERMS & CONDITIONS
For the purchase of Dialysis Disposable items
DURING FINANCIAL YEAR 2020-21
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of
foreign principals in Pakistan & Distributors for supply of Dialysis Disposable items having well repute for the
supply of store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical
Superintendent, Social Security Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of
Item
Brand
Name
Cat No Manufacturer Country of
Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of
Item
Cat No Pack
Size
Offered Price / Pack Unit
Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed
in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of
the bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be
retained by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited: (1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders or
II. To complete the supplies in accordance with the General Condition of Contract.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
5
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning
their professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide Three (03) samples (commercial packs, free of
cost) for evaluation, failing which the offer shall not be considered.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health
Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no
circumstances be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
17. The firm shall supply all Dialysis Disposable items as far as possible as per tender requirement in special packing.
The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,
pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the
Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within the time period mentioned on supply order w .e .f the next date after the
date of issue of purchase order (without penalty).
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard
6
items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount
will be recovered either from the deposited securities / bills of the supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security
(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two
years for future participation.
26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application
of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching
Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award
made by the sole arbitrator shall be final and binding on the parties.
27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee
of Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.
30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject
all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its
rejection of all bids or proposals, but shall not be required to justify those grounds.
31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital Multan
Road, Lahore.
7
EVALUATION CRITERIA FOR DIALYSIS DISPOSABLE ITEMS 2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from
Foreign Principal / Import documents for imported items /Distribution
Authorized Certificate
4. Minimum One year (01) business history from the date of Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the
Services. 10
4. Overall reputation Certificate in reference to the
Services 10
i. Income tax paid certificate 08 ii. Balance Sheet 08 iii Bank Statement 04
i. More than 05-years 10 ii. 03-05 years 05 iii 01-03 years 03
i. Past performance certificate by the End user/ DMS in PESSI
08
ii. Private Sector /Public Sector 02
8
5. Product Certification
a) Certificates FDA/CE/ISO
b) For local products
Product Must be Registered with DRAP
10
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last two
years
10
7 Brand Make and Model of the Product
a) local product with
b) Foreign product
10
8 Copy of valid sole agency agreement from principal
manufacture 10
9 Length of Registration of Products with Ministry of
Health. 10
TOTAL 100
Note: Acceptable Bids must score minimum of 70% marks.
i. Any two Certificate 10 ii. Any one Certificate 05
i ISO 10
i. International market 10 ii. only local market 08
i. In two or more continents 10 ii. In single continent 08
i. 1-5 Years 04 ii. 6-10 Years 08 iii More Than 10 Years 10
9
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. Head of Dialysis disposable item
2020-2021
Sr. No
NAME OF ITEM
APPROXIMATE
DEMAND
ESTIMATED
PRICE
TOTAL
1-
Synthetic dialyzer set (complete) including blood
tubing with fluid barrier (Surface Area 1.8m2)
compatible with Fresenius, Gambro & Tory
machine)
10000 set
1140
11400000
2- Synthetic dialyzer Fx100 Hemodialysis (Surface
Area 2.2 cm2)
20
1200
24000
3-
Fistula needle 15,16G.
20000
29
580000
4-
Bicarbonate solution part A&B. low potassium
high calcium. 04 Litter pack
10000
248
2480000
5- Cartilage filter (20 inches, 5micron).
10
750
7500
6- Membranes wash solution for RO Plant
25 ltr
1390
34750
7- Permanent dialysis catheter (All Size) 5 23000 115000
8-
Hot disinfection chemical solution for
Dialysis machine.
35*5ltr
4280
149800
9- Citric acid.
20kg
490 per kg
9800
10- Hypochlorite solution.
150ltr
470per kg
70500
11- Sodium Chloride
20kg
20
400
12- Acetic Acid 30% Solution
15ltr
800
12000
13- Diasafe Filter.
21
8500
178500
14-
CAPD Solution Bag 2.3 % 2000 ml
50
312
15600
15- CAPD Disinfection Cap
50
220
11000
10
16-
Cardio Vascular Graft (Ringular) Size. 6mm X 10cm
6mm X 40cm 6mm X 50cm 6mm X 60cm 6mm X 70cm
01
50000
50000
17-
Cardio Vascular Graft (Non-Ringular) Size. 6mm X 10cm
6mm X 40cm 6mm X 50cm 6mm X 60cm 6mm X 70cm
01
50000
50000
1
Tender
For
Hearing Aids
&
Intraocular Len’s
Financial year
2020-2021
2
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
Tender for the Purchase of Hearing Aid and I.O.L during Financial Year 2020-2021
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.2211980 in
the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department _
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by
the firm, the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and
conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
4
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS
For the purchase of Hearing Aid and I.O.L
DURING FINANCIAL YEAR 2020-2021
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of
foreign principals in Pakistan for supply of Hearing Aid and I.O.L having well repute for the supply of store as
scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social
Security Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of Item
Brand Name
Cat No Manufacturer Country of Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of Item
Cat No Pack Size
Offered Price / Pack Unit Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed
in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of
the bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be
retained by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited:
(1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
I. to sign the Contract in accordance with instruction to bidders or
II. To complete the supplies in accordance with the General Condition of Contract.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning
5
their professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three (03) samples (commercial packs, free of
cost) for evaluation, failing which the offer shall not be considered.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health
Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no
circumstances be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
17. The firm shall supply all Hearing Aid and I.O.L as far as possible as per tender requirement in special packing.
The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,
pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the
Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within the period mentioned on supply order w. e. f the next date after the date of
issue of purchase order (without penalty).
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard
items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount
6
will be recovered either from the deposited securities / bills of the supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security
(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two
years for future participation.
26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application
of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Hospital Multan
Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by the
sole arbitrator shall be final and binding on the parties.
27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee
of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.
30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject
all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its
rejection of all bids or proposals, but shall not be required to justify those grounds.
31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital
Multan Road, Lahore.
7
EVALUATION CRITERIA FOR HEARING AID AND I.O.L F.Y 2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from
Foreign Principal / Import documents for imported items /Distribution Certificate
4. Minimum One year (01) business history from the date of Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the Services. 10
4. Overall reputation Certificate in reference to the Services 10
i. Income tax paid certificate 08
ii. Balance Sheet 08
ii Bank Statement 04
i. More than 05-years 10
ii. 03-05 years 05
ii 01-03 years 03
i. Past performance certificate by the
End user/ DMS in PESSI 08
ii. Private Sector /Public Sector 02
8
5. Product Certification
a) Certificates FDA/CE/ISO
B) Local Product with
10
6. Undertaking on judicial paper that firm is not blacklisted in
any Govt./Autonomous Body in last two years
10
7 Brand Make and Model of the Product
a) local product with
b) Foreign product
10
8 Copy of valid sole agency agreement from principal
manufacture
10
9 Agent capacity to provide technical service in reference to the
hearing aid
a) Warranty of the device
Local distributor/ Principal shall clearly define which device is replaceable
and under warranty
10
TOTAL 100
Note: Acceptable Bids must score minimum of 70% marks.
i. Any two Certificate 10
ii. Any one Certificate 05
i. ISO 10
i. International market 10
ii. only local market 08
i. In two or more continents 10
ii. In single continent 08
I 1-Year 05
II 2-years 10
9
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (HEARING AID)
2020-2021
1. HEARING AID POCKET TYPE
SR
No
MAKE&
MODEL
MAXIMUM
OUT PUT
GAIN FREQUENCY
RANGE
TRIMMERS
Approximate
Demand
Estimated
Price
Total
i. 20 8900/- 178000/-
ii.
iii.
iv.
v.
vi.
vii.
2. HEARING AID IN THE CANAL TYPE
SR
No
MAKE&
MODEL
MAXIMUM
OUT PUT
GAIN FREQUENCY
RANGE
TRIMMERS
Approximate
Demand
Estimated
Price
Total
i. If Required - -
ii.
iii.
iv.
v.
3. HEARING AID BEHIND THE EAR
S. No
MAKE &MODEL MAXIMUM
OUT PUT
GAIN FREQUENCY
RANGE
TRIMMERS
Approximate
Demand
Estimated
Price
Total
i. Widex Menu ME 19
02 65000/- 130000
ii.
Widex Menu ME
SP
Digital&Program
able
02 65000/- 130000
10
iii. Estimated Demand BTE
30 11400/- 342000
iv.
5. ACCESSORIES OF HEARING AID
Approximate Demand
Sr.
No NAME OF ITEMS WITH SPECIFICATION Approximate
Demand
Estimated
Price
Total
i. 3 Pin receiver If Required - -
ii. 3 Pin V. Wire If Required - -
iii. 2 Pin receiver If Required - -
iv. 2 Pin V. Wire If Required - -
v. Bone conductor with head band If Required - -
vi. Ear mould 50 800/- 40000/-
vii. Electro Larynx If Required - -
Total Estimated cost=8,20,000/-
11
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
LIST OF ITEM (I.O.L)
FOR THE YEAR 2020-2021
SR. NO.
NAME OF ITEMS Approximate
Demand
Estimated
Price
Total
1. Intra Ocular Lens (Hard) Posterior Chamber. Optic Dia 6.0mm, 6.5mm (other than India)
350 2195/- 768250/-
2. Intra Ocular Lens (Hard) Posterior Chamber. Optic Dia 5.5mm
30 2195/- 65850/-
3. Intra Ocular Lens hard (Anterior Chamber) Optic Dia 6.0mm, 6.5mm
20 3600/- 72000/-
4. Occustat/Miostat 200 130/- 26000/-
5. Phacoknife 2.75mm
5.5mm
3.25mm
20 700/- 14000/-
6. Methyl cellulose/ Occugell. 200 1450/- 290000/-
7. Fold able IOL with Injector Max 3.5mm Hydrophobic
20 6000/- 120000/-
8. DCR Tube 02 3300/- 6600/-
9. PhacoSleev 3.5mm 0.9mm (Large/ Small)
01 1500/- 1500/-
10. Phaco Irrigation Pipe for Phaco Machine Universal –II
01 4500/- 4500/-
11. Vision Blue 10 260/- 2600/-
12. Scleral Fixation PC IOL 02 4500/- 9000/-
13. Bandge Contract Lens 20 350/- 7000/-
14. Disposible Needle 27G 500 2/- 1000/-
15. Simco Cannula (irrigation/aspiration) 02 1795/- 3590/-
16. Micro Sponges 02 45/- 90/-
Total Estimated Cost= 1391980/-
1
Tender
For
Orthopedic Implants
Financial year
2020-2021
2
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE.
Tender for the Purchase of Orthopedic Implants during Financial Year 2020-2021
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.2880580 in
the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by
the firm, the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and
conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
4
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE. TERMS & CONDITIONS
FOR THE PURCHASE OF ORTHO IMPLANT
DURING FINANCIAL YEAR 2020-2021
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of
foreign principals in Pakistan for supply of Ortho Implant having well repute for the supply of store as scheduled
in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social Security
Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of Item Brand Name Cat No Manufacturer Country of Origin Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of Item Cat No Pack Size Offered Price / Pack Unit Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed
in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of
the bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be
retained by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
5
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited:
(1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders or
II. To complete the supplies in accordance with the General Condition of Contract.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning
their professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A- On date of sample meeting (opening of technical proposal) the firm will provide
samples, failure in during do, the bid will not be entertained.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health
Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no
circumstances be accepted.
16. The implant would be supplied must having the name of manufacturer. Further, a certificate has to contain that
implants being supplied are SS 316- L.
17. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
18. The firm shall supply all Ortho Implant as far as possible as per tender requirement in special packing. The
6
following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,
pack, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring
Agency.
NOT FOR SALE
PESSI PROPERTY
19. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
20. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
21. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
22. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
action including forfeiture of performance security and black listing of the firm.
23. The supplies shall be delivered with in the period mentioned on supply order w. e. f. the next date after the date
of issue of purchase order (without penalty).
24. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
25. If the suppler failed to supply the order item within the prescribed delivery schedule or supplied substandard items
and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will
be recovered either from the deposited securities / bills of the supplier.
26. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security
(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two
years for future participation.
27. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application
of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security
Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award
made by the sole arbitrator shall be final and binding on the parties.
28. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
29. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
7
30. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee
of Social Security Hospital ,Multan Road, Lahore. After conducting the successful inspection.
31. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject
all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its
rejection of all bids or proposals, but shall not be required to justify those grounds.
32. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital
Multan Road, Lahore.
8
EVALUATION CRITERIA FOR ORTHO IMPLANT Financial Year 2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items
4. Minimum One year (01) business history from the date of Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the Services. 10
4. Overall reputation Certificate in reference to the Services 10
i. Income tax paid certificate 08
ii. Balance Sheet 08
iii. Bank Statement 04
i. More than 05-years 10
ii. 03-05 years 05
iii. 01-03 years 03
i. Past performance certificate by the End
user/ DMS in PESSI 08
ii. Private Sector /Public Sector 02
Brand Make and Model of the Product
a) local product with
b) Foreign product
100 TOTAL
10
Local Distributor/Principal shall clearly define which implant is replaceable under
warranty.
Agent capacity to provide technical service in reference to the
implants
a) Warranty of the implants
9
10 Copy of valid sole agency agreement from principal
manufacture
8
08 In single continent ii.
10 In two or more continents i.
10 7
10 Undertaking on judicial paper that firm is not blacklisted in
any Govt./Autonomous Body in last two years
6.
10
b) For local products
Product Certification
a) Certificates FDA/CE/ISO
5.
9
i. Any two Certificate 10
ii. Any one Certificate 05
i. ISO 10
i. International market 10
ii. only local market 08
i. 01-Years 05
ii. 02- Years 10
10
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
LIST OF (ORTHOPEDIC IMPLANTS) FOR THE YEAR 2020-2021
Sr. No
NAME OF ITEMS WITH SPECIFICATION
Estimated
Demand
Estimated
Price
Total
1. 1/3 TUBULAR PLATE 3.5MM.
4 H 01 244/- 244/-
5” 01 244/- 244/-
6”
7”
05
05
244/-
244/-
1220/-
1220/-
2. A WIRE + K WIRE (All Type)
300
97/-
29100/-
3.
AUSTIN MOORE HIP PROSTHESIS (standard stem/narrow
stem) size 38 to 52mm
Sterilized
Non sterilized
24
2934/- 70416/-
4.
BIPOLAR HIP PROSTHESIS.
With bone cement Full Range (European/Japan/USA)
02
50000/-
100000/-
5. BIPOLAR HIP PROSTHESIS. (Cement less) Full Range (Imported)
02
75000/-
150000/-
6.
BONE CEMENT WITH GENTAMYCIN
03
5350/-
16050/-
7.
BONE CEMENT SIMPLE
01
3950/-
3950/-
8.
BONE STAPLES SET OF THREE
If Required
9. 11000/- 22000/- Bone substitute 21000/- 42000/- 10 cc 02
20 cc If Required
10.
Bone wax
If Required
-
11.
BRAUN’S EXTENSION SPLINT
If Required
-
12.
CALIBRATED GUIDE WIRE
If Required
-
13. CANCELEOUS BONE SCREWS 4.5 mm dia, 32 mm thread
with washers length up to 110 mm
If Required
-
11
14. CANCELEOUS BONE SCREWS 4mm dia, length up
to 50 mm (Fully threaded)
If Required
-
15. CANCELEOUS BONE SCREWS 4mm dia, length up
to 50 mm (Half threaded)
If Required
-
16. CANCELEOUS SCREWS FULLY THREADED (HALF
THREADED) 3.5mm, 10-600mm
If Required
-
17.
CANCELLOUS BONE SCREWS
6.5 mm dia length up to 110mm
Fully threaded) and 32 mm and 16mm threaded
If Required
-
18.
Cannulated Dril Bit
i. 2.7mm-
ii. 3.2mm
iii. 3.5mm
iv. 6.5mm
If Required
-
-
19.
-
-
-
-
Cannulated screw
3mm dia length up to 110mm.
v. 3.5mm“ “ “ “ “ “ “ “ “ “. If Required -
vi. 4.0“ “ “ “ “ “ “ “ “ “.
vii. 6.5 mm “ “ “ “ “ “ “ “ “ “
viii. 7.0mm “ “ “ “ “ “ “ “ “ “.
If Required
If Required
If Required
- - -
20. Dril Bit with Demand Tip
If Required
-
-
21. CERVICAL SPINE PLATE.
If Required
-
-
22. CHARNELY COMPRESSION CLAMP
If Required
-
-
23. CONDYLAR BLADE PLATE 90 DEGREES.
5 H X 50mm
“ 60mm
“ 70mm
‘’ 80mm
7H x 50mm
60mm
70mm
80mm
9H x 50mm
60mm
70mm
80mm
12H x 50mm
If Required
-
-
12
60mm
70mm
80mm
14 H x 50mm
60mm
70mm
80mm
16 H x 50mm
60mm
70mm
80mm
18 H x 50mm
60mm
70mm
80mm
24. CORTICAL BONE SCREW 3.5 mm dia length up to 60mm. 600 63/- 37800/-
25.
CORTICAL BONE SCREWS 2.5 mm dia length up to 40mm.
If Required
-
26. CORTICAL BONE SCREWS 4.5 mm dia length up
to 70mm
800 63/- 50400/-
27.
CORTRICAL BONE SCREWS 2 mm dia length
4-16mm.
If Required
-
28.
Malleolar screw 4.5 mm length 16mm up to 70 mm
100
140/-
7000/-
29.
CRAMER WIRE SPLINT
If Required
30. D.C.P BROAD 4.5 MM.
6 H
7 If Required
8”
If Required
9”
If Required
10”
If Required
11”
If Required
12”
If Required
14”
If Required
13
31. D.C.P NARROW 4.5.
02
02
02
02
02
02
02
390/-
450/-
520/-
580/-
650/-
700/-
780/-
780/-
900/-
1040/-
1160/-
1300/-
1400/-
1560/-
6 H
7”
8”
9”
10”
11”
12”
32.
D.C.S 95 DEGREE (COMPLETE SET)
3580/-
3580/-
3580/-
3580/-
4030/-
4030/-
4030/-
4400/-
4 H 01 3580/-
5” 01 3580/-
6” 01 3580/-
7’’ 01 3580/-
8” 01 4030/-
10” 01 4030/-
12” 01 4030/-
14” 01 4400/-
33. D.H.S 135 DEGREE (COMPLETE SET). 10
10
10
10
02
02
02
02
2900/- 2900/- 2900/-
3200/- ------
3500/-
3500/-
3700/-
29000/-
29000/-
29000/-
32000/-
7000/-
-------
7000/-
7400/-
4 H
5 “
6”
7”
8”
9”
10”
12”
34.
DENHIM PIN
05
215/-
1075/-
35. DRILL BIT
1.5mm If Required
2.7mm, 05 480/- 2400/-
3.2mm, 05 480/- 2400/-
3.5mm, 05 480/- 2400/-
4.5mm, If Required
5mm, If Required
6.5mm. If Required
36.
ENDER NAILS
If Required
-
-
37. EXTERNAL FIXATOR Compression distraction
If Required
-
-
38.
EXTERNAL FIXATOR double rod with 06 schanz screw
(Imported)
05
3900/-
19500/-
14
39.
EXTERNAL FIXATOR double rod with 6 schanz screw
(Imported)
i. For – Tibia/Femur
ii. For – Radius/Ulna
02
02
3900/-
3900/-
7800/-
7400/-
40.
EXTERNAL FIXATOR T CLAMP
02
730/-
1460/-
41.
FIXATOR INTERNI (complete set)
If Required
42.
GIGGLY SAW
50
225/-
11250/-
43.
GUIDE WIRE FOR D.H.S
20
326/-
6520/-
44.
Herbert’s screw (imported)
If Required
45.
HUMERUS SIMPLE NAIL
If Required
-
-
46.
I/M nailing for children with complete set (flexible)
If Required
-
-
47.
Inter frontal screws
02
510/-
1020/-
48.
INTER LOCKING NAIL FOR HUMERUS (compete set)
Reamed
Un reamed
02
2440/-
4880/-
49. INTER LOCKING NAIL FOR TIBIA.
(Complete set)
Reamed
Un reamed
20
2400/-
48000/-
50. INTERLOCKING NAIL FOR FEMUR
(Complete set)
Reamed
Un reamed
30
2400/-
72000/-
51.
Proximal Femoral Nail
If Required
-
-
52.
Reconstruction Nail
If Required
-
-
53.
Fixator for Pelvic
If Required
-
-
54.
KIRSCHNER NAIL (I/M NAIL FOR FEMUR)
6 to 9 mm dia and length 14 to 40 cm
10 to 14 mm dia and length 14 to 40 cm
If Required
-
-
15
55.
KIRSCHNER NAIL (I/M NAIL FOR TIBIA)
6mm dia and length 18 to 34 cm
10 to 14 mm dia and length 14 to 40 cm
If Required - -
56.
KNOWLE’ S PIN
If Required - -
57. L BUTTRESS PLATE.
4, 6 H 02 730/- 1460/-
8, 10 H 02 730/- 1460/-
58. L C D C plates 4.5 01 970/-
1300/-
1400/-
1600/-
970/-
1300/-
1400/-
1600/-
6 H 01 8 “
9 “
01 01
10 “
59. L C D C plates.
Small fragment
6 H
7 “
6 “
If Required - -
60.
01
01
01
If Required
01
01
If Required
01
If Required
01
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required If Required
13850/-
13850/-
13850/-
13000/-
7335/-
13850/-
13850/-
13850/-
13850/-
13850/-
13000/-
7335/-
13850/-
13850/-
LCP Locking Compression Plate with locking screw (Complete Set) ix. Proximal femmur plate
x. Distal Femur plate
xi. Proximal tibia plate
xii. locking plate 3.5, 4.5mm
(Distal Radius)
5- Distal medial tibial plate
6- Distal lateral tibial plate
7- Olecrinon plate
8- Proximal humerus plate(philos)
9- Distal lateral humeral plate
10-Distalmedial humeral plate
xiii. Clavical plate
xiv. Pelvis plate
xv. Anicle / calcanious
xvi. Narrow plate 4.5mm
xvii. Broad plate 4.5 mm
xviii. DHS Plate 4.5mm
61.
MINI FRAGMENT PLATE. If Required - -
4”
5”
6”
16
62.
MOSS MIAMI set with two screws outer & inner.
Optional accessories
a. Transverse connector
b. Pedicle hook
c. Laminar hook
d. Laminar hook angled
e. Laminar hook narrow
f. Laminar hook wide
g. Angled supra laminar right
h. Angled supra laminar left
i. External body laminar hook
j. Off set body hook
k. Inner
l. Outer
m. Washer
If Required
- -
63. N-A FIXATOR with shanz screws
Small
Medium
Large
03
4075/-
12225/-
64. ORTHO FIX (External fixator)
Small
Medium
Large
01 1200 1200 01 1300 1300 01 1500 1500
65. PERTROCHANTERIC BLADE PLATE 95
DEGREE.
BLADE LENGTH 50,60,70,80,90,95,100,105, 110MM
PLATE LENGTH 4, 6, 9, 12 HOLE
If Required
66.
RECON NAIL SYSTEM (IMPORTED) for Femur.
01 - --
67. RECONSTRUCTION PLATES (Y PLATES) If Required - - 6 H
8 “
12 “
14”
68. RETROGRADE INTERLOCKING NAIL FOR
FEMUR (Complete set)
If Required - -
69. Revision knee (Europe/Japan/USA) If Required - -
70. Revision Knee with
((Europe/Japan/USA))
Augmentation Blocks If Required - -
71. Total Shoulder
(Europe/Japan/USA)
Replacement Reverse If Required - -
72. Total Shoulder Replacement Reverse (Non-
Cemented) (Europe/Japan/USA)
If Required - -
73. Total Elbow Replacement (Europe/Japan/USA) If Required - -
74.
Shoulder Arthoplasty. (Europe/Japan/USA) If Required - -
17
75.
01
01
01
01
01
01
RING FIXATOR full ring+ attachments (made up of two half
rings)
Dia 130mm 2800/- 2800/-
“ 140mm 2800/- 2800/-
“ 150mm 2800/- 2800/-
“ 160mm 2800/- 2800/-
“ 170mm
“ 180mm
2800/-
2800/-
2800/-
2800/-
76.
01 (Set)
01
01 01
01
01 01
01
01 01
01 01
03
Link Modular Proximal Tibial Replacement implants Set 10, 00,000 10, 00,000/- Consisting of
1-Link Proximal Tibial Replacement component
2-Link Femoral Itr Condylar component
3-LinkCement –less Segiment Spacer for Tibia
4- Link Central Coupling Connector
5-Link Stem Cemented for Tibial Component
6- Link Stem Cemented for Femoral Component
7- Link Supporting Ring for Tibial
8-Centralizer for Femur
9- Centralizer for Tibia
10-Cement Restrictor for Femur
11--Cement Restrictor for Tibia
12-Bone Cement Genta
77.
RUSH NAIL (ALL SIZES)
If Required - -
78. SEMI TUBULAR PLATE 3.5MM. If Required - -
5 H
6”
7”
8”
10”
79.
SHANZ SCREWS (Imported) 2MM 4MM 6.5MM
30
120/-
3600/-
80. SMALL “T”PLATE3.5MM.
01
01
01
01
01/
570/-
570/-
570/-
570/-
570/-
570/-
570/-
570/-
570/-
570/-
3 H
4”
5”
6”
8”
18
81. SMALL DCP Plate 3.5MM.
5H
6”
7”
8”
10”
02
05
05
01
01
326/-
407/-
489/-
570/-
650/-
652/-
2035/-
2445/-
570/-
650/-
82.
SPOON PLATE.
5 H
6”
8”
If Required - -
83. STANDARD “T” PLATE 4.5MM.
3 H
4”
5”
6”
8”
10”
12”
01
01
01
01
01
01
01
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
890/-
84.
STEIN-MAN PIN
05
150/-
750/-
85.
SUTURE WIRE (16 TO 22 SWG)/ CIRCLAGE WIRE
If Required
--
--
86.
THOMAS SPLINT
If Required
87.
THOMPSON HEMIARTHROPLASTY PROSTHESIS 38-55mm
with one bone cement
01
3749/-
3749/-
88.
Total Flex knee joints (Europe/Japan/USA)
01
150000/-
150000/-
89.
TOTAL HIP REPLACEMENT
(MODULAR TYPE) with two packets of bone cement with
gentamycin and cement plug.
02
55000/-
110000/-
90.
TOTAL HIP REPLACEMENT
(Europe/Japan/USA)
CEMENT-
LESS
02
130000/-
260000/-
91.
Revision of Hip joint cemented and femoral long stem
(Europe/Japan/USA)
If Required
-
-
92.
Revision of Hip joint (Non-cemented) (Europe/Japan/USA)
If Required
-
-
19
93.
TOTAL KNEE JOINTS (completer set)
Femoral component- on
Tibia component -one
Articulating surface- one
Patellar button -one
Bone cement – 2 Pack with Gentamycin
(Europe/Japan/USA)
01
130000/-
130000/-
94.
Total Shoulder Replacement (Europe/Japan/USA)
If Required
-
-
95.
Uni compartment Knee
If Required
-
-
96.
Veterbroplasty cement
If Required
-
-
97.
WASHER FOR CANCELLOUS SCREWS
50
163/-
8150/-
98.
Vertebral body cages
If Required
-
-
99.
Ace tabular cages for Hip (T.H.R)
If Required
-
-
100.
Drill bit (Imported) All Sizes
05
6000/-
30000/-
101.
Trocrochinaric Screw
If Required - -
102.
Bone stimulant agent
01
45000
45000
103.
Plate lets Rich Plasma
04
18000
72000
104.
Crespine Gel
01
22000
22000
Titanium implants
101 Broad D.C.P
8 Hole 02
9 “ 02
10” 02
102 D.C.S Complete set If Required - -
103 D.H.S Complete set If Required - -
20
104 I/M Nail (Interlock with complete set)
Tibia
Femur
Humurs
If Required - -
105 Narrow D.C.P If Required - - 8 Hole to 12 Hole
9 “ “
10 “ ”
12 ” “
106 Small D.C.P
6 Hole
7 “
8 “
If Required - -
107 TITANIUM SCREWS
3.5mm
4.5 mm
If Required - -
108
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
If Required
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
LCP Locking Compression Plate with locking screw (Complete Set) xix. Proximal femmur plate
xx. Distal Femur plate
xxi. Proximal tibia plate
xxii. locking plate 3.5, 4.5mm
(Distal Radius)
5- Distal medial tibial plate
6- Distal lateral tibial plate
7- Olecrinon plate
8- Proximal humerus plate(philos)
9- Distal lateral humeral plate
10-Distalmedial humeral plate
xxiii. Clavical plate
xxiv. Pelvis plate
xxv. Anicle / calcanious
xxvi. Narrow plate 4.5mm
xxvii. Broad plate 4.5 mm
xxviii. DHS Plate 4.5mm
21
109
RING FIXATOR full ring+ attachments (made up of two
half rings) Aluminum
Dia 130mm
“ 140mm
“ 150mm
“ 160mm
“ 170mm
“ 180mm
If Required
-
-
110
Hybrid Ex. Fix
If Required
-
-
Total 2880580
Tender
For
Disposable Surgical
items/ Small Medical
Appliances
Financial year
2020-2021
1
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE.
Tender for the purchase of Disposable surgical items/ Small medical appliances during financial year
2020-2021
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs=2,17,94,457/-
in the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
2
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement
by the firm, the department reserves the right to take any punitive action including forfeiture of security, under
the rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall
be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms
and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the
Hospital reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
3
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS
For the purchase of Disposable Surgical items/Small Medical Appliance
DURING FINANCIAL YEAR 2020-2021
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign
principals in Pakistan & Distributors for supply of disposable surgical items having well repute for the supply of
store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social
Security Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of
Item
Brand
Name
Cat No Manufacturer Country of
Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of
Item
Cat No Pack
Size
Offered Price / Pack Unit
Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in
an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to
the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of the
bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be retained
by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited:
(1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders or
4
II. To complete the supplies in accordance with the General Condition of Contract.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their
professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three(03) samples (commercial packs, free of
cost) for evaluation, failing which the offer shall not be considered.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health Department
Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances
be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
17. The firm shall supply all Small Medical Appliances as far as possible as per tender requirement in special packing.
The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,
pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the
Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
5
action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within the period mentioned on supply order w .e. f the next date after the date of
issue of purchase order (without penalty).
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items
and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be
recovered either from the deposited securities / bills of the supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10%
of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years
for future participation.
26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of
this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching Hospital
Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award made by
the sole arbitrator shall be final and binding on the parties.
27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of
Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.
30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject
all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its
rejection of all bids or proposals, but shall not be required to justify those grounds.
31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital,
Multan Road, Lahore.
6
EVALUATION CRITERIA FOR SMALL MEDICAL APPLIANCE F.Y.2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a photocopy of
same shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from
Foreign Principal / Import documents for imported items
4. Minimum One year (01) business history from the date of
Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and
stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any
Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the Services. 10
4. Overall reputation Certificate in reference to the Services 10
7
i. Income tax paid certificate 08
ii. Balance Sheet 08
iii. Bank Statement 04
i. More than 05-years 10
ii. 03-05 years 05
iii. 01-03 years 03
i. Past performance certificate by the End user/
DMS in PESSI 08
ii. Private Sector /Public Sector 02
5. Product Certification
a) Certificates FDA/CE/ISO
b) For local products
10
6. Undertaking on judicial paper that firm is not blacklisted in any
Govt./Autonomous Body in last two years
10
7 Brand Make and Model of the Product
a) local product with
b) Foreign product
10
i. In two or more continents 10
ii. In single continent 08
8 Copy of valid sole agency agreement from principal manufacture 10
9 Length of Registration of Products with Ministry of Health. 10
TOTAL 100
Note:
Acceptable Bids must score minimum of 70% marks.
8
i. Any two Certificate 10
ii. Any one Certificate 05
i. ISO 10
i. International market 10
ii. only local market 08
i. 1-5 Years 04
ii. 6-10 Years 08
iii. More Than 10 Years 10
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. LIST OF ITEM (DISPOSABLE SURGICAL ITEMS)
2020-2021
SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated Demand
Estimated Price
Total
ANESTHESIA ITEMS.
1. Endotracheal tube Nasal with cuff all sizes 05 190 950
2. Endotracheal tube reinforced all sizes 05 250 1250
3. Endotracheal tube with cuff (Disposable) all sizes 1000 74 74000
4. Endotracheal tube without cuff (Disposable) all sizes 250 68 17000
5. Endotracheal tube Double Lumen left/right reusable
all sizes.
01 4800 4800
6. Endotracheal tube Double Lumen left/right Disposable
all sizes.
02 4200 8400
7. RAE Endotracheal tube all sizes 10 260 2600
8. CVP line Double Lumen (All sizes) 80 2500 200000
9. L.P needles All sizes. 3800 120 456000
10. Disposable ECG Electrodes fine sticking
(Adult size)
10000 695 69500
11. Epidural Set with catheter. 16G/18G 30 1300 39000
12. Soda Lime 12 4800 57600
13. Laryngeal Mask Re – Usable (All sizes). 20 1500 30000
14. Laryngeal Mask Disposable (All sizes). 10 1550 15500
15. Air way (All sizes). 200 11.90 2380
16. Three way stop cock. 1000 42 42600
17. Viral / Bacterial filter for respiratory circuit Adult 500 125 62500
18. Magill’s circuit (for adult). 10 2800 28600
19. Ayres T piece ( Pediatric circuit- with bag) with Expiratory valve
05 2250 11250
9
20. Breathing circuit with rebreathing bag. (2 Liter) and
extension pipe 100 1150 11500
21. Breathing circuit (Peads) 20 875 17500
22. Breathing circuit (Adult) for I.C.U 30 370 11100
23. L-Shape ETT Connector 20 150 3000
24. Nebulizer kit Adult. 2000 92 184000
25. Nebulizer kit Peads. 500 92 46000
26. Nebulizer Kit for Ventilators (With-T) 10 250 2500
27. Catheter Mount 15 160 24000
28. I/V infusion set for syringe pump 1 100 100 C ommented [n1]:
29. Disposable Arterial line catheter 5 1650 8250
30. Manometer Tubing for syringe pump 1300 135 175500
31. HME filters for ICU Patients
(Heat Moisture Exchange)
20 190 3800
32. Stylet for Endotracheal Tubes All size Flexible coated 20 270 5400
33. Disposable facemask N-95. 2000 145 290000
34. Anesthesia Face mask Disposable Silicon (All Size) 10 375 3750
35. Anesthesia Face mask reusable Silicon(All Size) 10 625 6250
36. Disposable Pressure Transducer Compatible. 05 1250 6250
37. Oxygen Mask with tubing 1200 87 104400
38. Syringe Cutter ( Heavy duty) 450 190 85500
39. Disposable Surgical Face Mask 20000 09 180000
40. Nasal Cannula for Oxygen 1000 57 57000
41. Nasal Airway all sizes 05 125 625
42. Bougies with lumen (Hollow) Adult All Size 02 1400 2800
43. Bougies with lumen (Hollow) Peads All Size 02 1400 2800
44. Disposable Cap for OT 20000 3.10 62000
45. CPAP Mask All Size 20 4500 135000
46. Disposable suction pipe (Yunkar Suction Set) 1500 155 232500
10
11
47.
Sub clavian catheter Double lumen for haemo
dialysis Adult size.
400 3625 1450000
48. Sub clavian catheter Double lumen for haemo dialysis peads size.
1 4000 4000
49. Disposable Drip flow regulator 10 120 1200
50. Epidural fixation dressing 10cm x12cm
If required If required If required
51. I/V dressing with notch cannula fixation size
6 cm x7cm
If required If required If required
52. CVP line fixation dressing 8.5cm x 11.5cm
If required If required If required
53. Disp Oxygen Rebreathing Mask
50 200 10000
54. Dis Oxygen Non rebreathing Mask
50 200 10000
55. Bipap Mask 5 2000 10000
56. In Spiro meters 300 150 45000
57. Silicon N.G. Tube (All Size) 10 75 750
Disposible Surgical Items
58. T Tube Size 14,16,18,20 (All Size) 10 60 600
59. Disposable suction drain set size 10, 12, 14, 16 and 18. 200 350 175000
60. Disposable sterilized double gloves all sizes. 2500 130 325000
61. Disposable gloves sterile surgical gloves (gloves size 6.5
must be quoted by parties or the quotation may be considered).
50000 40 2000000
62. Polythene gloves (Pack of hundred). 800 35 28000
63. Sterile and Disposable Transparent adhesive plastic
drape sticking area. 28x30cm. Medium
200 220 44000
64. Sterile and Disposable Transparent adhesive plastic
drape sticking area. 28x45cm. Large
100 405 40500
65. Sterile and Disposable Transparent adhesive plastic
drape sticking area. 30x45cm. Large
50 405 20250
66. Steri- Strip Advance 10 24 240
67. Disposable adhesive surgical wound dressing 10x25cm 200 58 11600
68. Hydrocolloid/Hydrogel wound dressing 4” x 4” 05 230 1150
69. Hydrocolloid/Hydrogel wound dressing 6” x 6” 05 280 1400
70. Chest binder. 02 234 468
12
71. Abdominal binder. 100 234 23400
72. Hydrocolloid Gel. 02 230 460
73. Calcium alginate wound dressing 10cm x 10cm 02 220 440
74. Methylene Blue Dye 01 5000 5000
75. Fibrin Glue 1 10000 10000
76. Calcium alginate wound dressing 10cm x 20cm 02 235 470
77. Hypoallergenic paper tape sizes.
1”
2”
3”
4”
900
400
100
50
50
80
120
150
45000
32000
12000
7500
78. Acrylic base transparent tape 1”x10 yard
2”x10 yard
3”x10 yard
If required If required If required
79. Calcium alginate rope Length (12”) (Not less than 12”) 02 150 300
80. Absorbable gelatin sponge hemostat 1400 220 308000
81. Suction catheter (All sizes) 500 13 6500
82. Nelton drain (all sizes) 1000 27 27000
83. Colostomy bags (Simple) If required If required If required
84. Colostomy bag (One piece drainable pouch with skin
barrier) custom cut, clamp for every five bag.
300 320 96000
85. Colostomy bag (two piece system with drainable
pouch custom cut)
2200 615 1353000
86. Autoclave strips. 12000 18 216000
87. Autoclave Tape. 30 290 8700
88. True Cut Biopsy Needle (Semi-Automatic) All Size 14, 16, 18.
75 1590 119250
89. Thermometer oral. 400 75 30000
90. Chest tube without trocar (All sizes) 60 225 13500
91. Surgical blades (All sizes) 8000 37 296000
92. Skin grafting blade (Hamby’s knife) 10 550 5500
93. Derma carrier 1x3, 1x9 05 1990 9950
94. Air cushion rubber. If required If required If required
13
95. Disinfectant/Sterilized solution for medical
equipment’s
(DRAP Approved)
80 3300 264000
96. Disinfectant solution for surface free from
glutarealdehyde (DRAP Approved)
110 2200 242000
97. Compression elastic stocking above knee. 15 980 14700
98. Compression elastic stocking below knee. 15 980 14700
99. Stomahesive paste 600 910 546000
100. Stomahesive powder 04 925 3700
101. Disposable diathermy lead. 2500 153 382500
102. Examination Gloves (latex pre-powder) Pack/100 5000 465 2325000
103. Alcohol Base Hand Scrub not Povidine / Iodine
(DRAP Approved)
600 650 390000
104. N.G Tube Size 3-10. 3000 22 66000
105. N.G Tube Size 12-22. 900 42 37800
106. Soft cloth surgical tap with precut size 1’’& 2’’& 3’’
If required If required If required
107. Abdominal Sponge (30x30cm) 4500 58 261000
108. liner cutter 60mm,80mm,100mm 02 24000 48000
109. Reload liner cutter 60mm,80mm,100mm 06 4500 27000
110. Disposable clip applier 10mm. 01 35000 35000
111. Circular stapler sizes (21,25,29,33mm 01 34000 34000
LAPAROSCOPIC INSTRUMENTS
112. Disposable Laparoscope’s ports 10mm 120 5155 618600
113. Disposable Laparoscope’s ports 5mm 250 5155 1288750
114. Disposable Laparoscopic scissor 5mm 02 8450 16900
115. Disposable Laparoscopic Grasper 5mm 02 8450 16900
14
116. Disposable Laparoscopic Dissector 5mm 01 8450 8450
117. Disposable Laparoscopic Babcock 5mm 02 8400 16800
118. Disp Camera Cover (Polythene) 1 100 100
119. L-Hook Dissector 1 30000 30000
120. Liver Fan Retractor 1 10000 1000
121. Disp Tooth Grasper 1 5000 5000
122. Knot Carrier 1 5000 5000
123. Hernia stapler for mesh fixation 02 14000 28000
124. Suction irrigation Device for laparoscopic 5mm 01 5200 5200
125. Suction irrigation Device for laparoscopic 10mm 01 6200 6200
126. Shear for Open Surgery (Hand Operated for Ultrasonic Harmonic Scalpel)
01 40000 40000
127. Extract Inflatable Specimen Bag 02 9135 18270
UROLOGY ITEMS
128. Foley’s catheter (2-way) 8, 10. Fr With styllite 140 125 17500
129. Foley’s catheter (2-way) 12, 14, 16, 18, 20 Fr. 5000 95 475000
130. Foley’s catheter (3-way) 20, 22, 24 Fr. 250 485 121250
131. TUR irrigation set 110 190 20900
132. External urinary catheter. 100 15 1500
133. Suprapubic catheter. 12, 14,16 FR 40 4700 188000
134. Urine bag ordinary 2000ml. 6000 35 210000
135. Urine bag A-type 2000ml 220 80 17600
136. Urine bag infant (with fine sticking). 100 3078 378
137. Ureteric catheter adults 4,5,6FR. 30 900 27000
138. Ureteric catheter Peads 3fr. 02 1000 2000
139. Double J stent with guide wire with pusher Adult. 50 3900 195000
140. Double J stent with guide wire with pusher Peads. 02 4000 8000
141. PCN set. 20 8800 176000
142. Silicon Foley’s catheter 2 way 10,12,14,16,18FR 60 280 76800
143. Guide Wire straight all size 40 1340 53600
144. TUR Loops Compatible (Wolf/Storz) 02 4000 8000
145. TUR Loops Compatible (Olympus) 02 4500 9000
146. Prostate Evaporation loop / Storz compatible. Bipolar
(Olympus/Wolf)
05 18000 90000
147. Prostate resection loop / Storz Compatible.
Bipolar(Olympus/Wolf)
02 24000 48000
148. Surgical Gloves Powder Free All Sizes 1000 50 50000
149. Balloon Dilated for PCNL 01 2500 2500
150. Zebra Guide Wire 01 2000 2000
RADIOLOGY ITEMS
151. Ultrasound gel 5kg can. 35*5kg 520 182000
152. Ultrasound Thermal Paper (High Density). 120 880 105600
153. 3 – Way stopper with extension tubing. 1200 55 66000
154. Multipurpose Self returning drainage catheter with
guide wire and introducing needle.
01 5000 5000
155. Braum Sulphate Powder 02 450 900
156. Braum Enema Bag 02 850 1700
157. Disposable injector Syringe for C.T 200ml 20 4500 90000
158. Coaxial true cut Semi-Automatic biopsy needle
cutting cannula needle 20G
Coaxial needle gage =19 UTW (different length)
05 4500 22500
159. Lung FNAB needle set Aspiration needle 22G length at
least 15cm.
Introducer needle gage 19 length at least 10cm
05 4500 22500
160. True Cut Biopsy Needle Semi-Automatic (echogenic )
Size: 14,16,18,20G different length
05 1800 9000
161. Chiba Biopsy Needle echogenic Size 21,22,23G 03 800 2400
ENT ITEMS
15
162. Grommets shepherd 05 2190 10950
163. Tracheostomy tube (disposable with cuff) all sizes 05 550 2750
164. Tracheostomy tube (disposable without cuff) all sizes 02 450 900
165. Cartilage implants. 01 1000 1000
166. L-Shaped nosal prosthesis silicon. Size Small, Medium & Large.
01 2800 2800
167. Disposable Tung depressor 2000 2.45 4900
ORTHOPEDIC Disposable ITEMS
168. Philadelphia collar. 01 900 900
169. Cervical collar (soft) small, medium, large. 50 180 9000
170. Cervical collar (hard) Adjustable small, medium, large. 30 145 4350
171. Adjustable hard collar for cervical traction. 02 528 1056
172. Tubi-Grip above knee small, medium, large. 500 87 43500
173. Skin traction kit non sticking 60 160 9600
174. Polysling. 160 228 36480
175. Wrist Splint. 01 250 250
176. Elbow immobilizer. 02 250 700
177. Shoulder immobilizer. 02 450 130100
178. Knee immobilizer. 70 430 2220
179. Kneecap/support. 30 74 1500
180. Stockinet. 20 75 81700
181. Lumbosacral corset.
Dargo Lumber Brace
190 430 81700
182. Wrist Brace Right and Lift 10 194 1940
183. Synthetic Splint 01 500 500
184. Scotch cost 3’’ 20 360 7200
185. Scotch cost 4’’ 10 420 4200
186. Scotch cost 5’’ 10 480 4800
187. Sterilized Operation Kit Disposable 50 1800 190000
188. Sterilized Gown Disposable 900 450 4500
189. Sterilized U-Drape Disposable 50 1500 75000
16
PAEDS AND MISCELLANEOUS
190. Cord clamp (fine quality) 3000 11.95 35850
191. Wrist Band (identification for New baby born) 1000 6.80 6800
192. Ring pessery (All sizes) 50 850 42500
193. CTG Printer Paper 150 518 77700
194. Butterfly needles (all sizes) 2000 18 36000
195. Burette 100ml with metal tip dropper in (flexible
chamber)
3500 110 385000
196. Breathing Circuit with Water trap (Child/infant) 05 1900 9500
197. Breathing Circuit (Child/infant) 30 500 15000
198. Non-Rebreathing Mask (Infant) 50 245 12250
199. CPAP (Neonatal/ Infant) 20 7500 150000
200. Bacterial / Viral Filter (Child/infant) 30 450 13500
201. Ambu bag Disposable (Child/infant) 20 2800 56000
202. Blood transfusion set. 50 70 3500
203. Bipap Machine Filter 05 2800 14000
204. Chest Bottle Single Chamber. 40 850 34000
205. Chest Bottle Three Chamber. 10 3700 37000
206. Disposable Mount Piece 05 40 200
207. ECG Roll 63mm x 30 Meter. 150 114 17100
208. Blood Sugar Strips with lancet (pack/50) 1300x50 7.90 513500
209. Rubber band for Band Ligation. 02-Pack 3890 7780
COVID-19 PANDEMIC ITEMS
210. Eye Google 250 200 50000
211. Tyvek Kit 420 1200 504000
17
212. Infrared Thermometer 02 12000 24000
213. Isolation Gown /Genral Surgery Gown 120 2400 288000
214. Safety Kit Sterilized All Size (PPE) 520 100 52000
Total =2,17,94,457/-
18
1
Tender
For
Surgical Sutures
Financial year
2020-2021
1
2
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE.
Tender for the Purchase of Surgical Suture during Financial Year 2020-2021
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.4071880 in
the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
2
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by
the firm, the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and
conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
3
4
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. TERMS & CONDITIONS
For the purchase of Surgical Suture
DURING FINANCIAL YEAR 2020-2021
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of
foreign principals in Pakistan & Distributors for supply of Surgical Suture having well repute for the supply of
store as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent,
Social Security Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of Item
Brand Name
Cat No Manufacturer Country of Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of Item
Cat No Pack Size
Offered Price / Pack Unit Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed
in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However the procuring agency may seek and accept clarifications to the bid that do not change the substance of
the bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be
retained by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited:
(1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders or
II. To complete the supplies in accordance with the General Condition of Contract.
4
5
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning
their professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide three (03) samples (commercial packs, free of
cost) for evaluation, failing which the offer shall not be considered.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health
Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no
circumstances be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
17. The firm shall supply all Surgical Suture as far as possible as per tender requirement in special packing. The
following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton,
pack, each piece, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by
the Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within the period mentioned on supply order w. e .f the next date after the date
of issue of purchase order (without penalty).
5
6
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard
items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount
will be recovered either from the deposited securities / bills of the supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security
(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two
years for future participation.
26. Suture must be approved by Health Ministry of Pakistan and FDA approved, those suture are not approved will
not be consider.
27. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application
of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching
Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award
made by the sole arbitrator shall be final and binding on the parties.
28. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
29. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
30. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee
of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.
31. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore may reject
all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its
rejection of all bids or proposals, but shall not be required to justify those grounds.
32. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital Multan
Road, Lahore.
6
7
EVALUATION CRITERIA FOR SURGICAL SUTURE 2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items
4. Minimum One year (01) business history from the date of Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the
Services. 10
4. Overall reputation Certificate in reference to the
Services
10
7
i. Income tax paid certificate 08
ii. Balance Sheet 08
ii Bank Statement 04
i. More than 05-years 10
ii. 03-05 years 05
ii 01-03 years 03
i. Past performance certificate by the
End user/ DMS in PESSI 08
ii. Private Sector /Public Sector 02
Brand Make and Model of the Product
a) local product with
b) Foreign product
100 TOTAL
10 Length of Registration of Products with Ministry of
Health.
9
10 Copy of valid sole agency agreement from principal
manufacture
8
08 In single continent
10 In two or more continents
10 7
10 Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
6.
10
b) For local products
Product Certification
a) Certificates FDA/CE/ISO
5.
8
i. Any two Certificate 10
ii Any one Certificate 05
i. ISO 10
i. International market 10
ii. only local market 08
i. 1-5 Years 04
ii. 6-10 Years 08
ii More Than 10 Years 10
Note: Acceptable Bids must score minimum of 70% marks.
8
9
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (FOR SURGICAL SUTURES)
2020-2021.
SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated
Demand
Estimated
Price
Total
1) Chromic catgut no. (0) 40mm R.B 108 77/- 8316/-
2) Chromic catgut no. (1) 40mm R.B 4200 80/- 336000/-
3) Chromic catgut no. (2) 40mm R.B ½ circle 1200 83/- 99600/-
4) Chromic catgut no. (2/0) 30mm R.B 216 77/- 16632/-
5) Chromic catgut no. (3/0) 20mm R.B 240 62/- 14880/-
6) Chromic catgut no. (4/0) 20mm cutting small needle 72 62/- 4464/-
7) Chromic catgut no. (4/0) 20mm R.B curved 24 62/- 1488/-
8) Liga clip medium/large LS 300,400 270 455/- 122850/-
9) Ethilon (10/0). 240 625/- 150000/-
10) Poly dioxanone (4/0) 20mm R.B ½ circle. 60 295/- 17700/-
11) Poly dioxanone (5/0) ½ circle. 36 295/- 10620/-
12) Poly glycolic Acid no. (0) 40mm R.B 204 195/- 39780/-
13) Poly glycolic Acid no. (1) 40mm R.B. 6060 195/- 1181700/-
14) Poly glycolic Acid no. (2) 40/45mm R.B. 240 265/- 63600/-
15) Poly glycolic Acid no. (2/0) 30mm R.B 1176 175/- 205800/-
16) Poly glycolic Acid no. (3/0) 30mm R.B 288 175/- 50400/-
17) Poly glycolic Acid 4/0 R,B 120 175/- 21000/-
18) Poly glycolic Acid 5/0. 20mm 12 154/- 1848/-
19) Poly glycolic Acid 6/0. 20mm 12 154/- 1848/-
20) Propylene no. (0) 40mm R.B. 36 180/- 6480/-
21) Propylene no. (1) 40mm R.B. 396 180/- 71280/-
22) Propylene (2/0) 25,30mm R.B. 336 180/- 60480/-
23) Propylene no. (2/0) 60mm straight needle. 4008 180/- 721440/-
9
10
24) Propylene (3/0) 20mm,30mm R.B. 120 180/- 21600/-
25) Propylene no. (3/0) 60mm straight needle. 12 180/- 2160/-
26) Propylene (4/0) 16mm ,20mm R.B. 120 275/- 33000/-
27) Propylene (5/0) 16mm R.B. 36 275/- 9900/-
28) Propylene (6/0) Double Needle 13mm. 120 275/- 33000/-
29) Propylene (7/0) 24 416/- 9984/-
30) Prolene 10/0 12 450/- 5400/-
31) Poly Propylene mesh large 30x30cm 10 8160/- 81600/-
32) Poly Propylene mesh medium 15x15cm 24 2940/- 70560/-
33) Poly Propylene mesh small 6x11cm 130 2580/- 335400/-
34) Propylene tension suturing size 1, 90 mm cutting. 24 475/- 11400/-
35) Black silk no. 0 Straight Cutting.60mm 600 49/- 29400/-
36) Black silk no. 1 30mm ½ circle. R.B 600 50/- 30000/-
37) Silk no. (2/0) 30mm ½ circle. R.B 96 57/- 5472/-
38) Silk no. (2/0) straight.60mm 144 57/- 8208/-
39) Silk no. (3/0) R.B ½ circle. 60 57/- 3420/-
40) Silk no. (4/0) ½ circle R.B. 60 57/- 3420/-
41) Skin staples. 350 485/- 169750/-
Total Cost 4071880/-
10
1
Tender
For
Used fixer water
Financial year
2020-2021
2
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD, LAHORE.
Tender for the Purchase of Used Fixer Water Financial Year 2020-2021
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 07-07-2020 till 11:00 AM
Receiving Date & Time 07-07-2020 till 11:00 AM
Opening Date & Time 07-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.22500 in the
form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by
the firm, the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and
conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
4
5
EVALUATION CRITERIA FOR TECHNICAL PROPOSAL FOR TENDER
OF USED FIXER WATER 2020-2021
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy there of
NTN No.=10, GST No.=10 20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 08
Bank Statement = 04
20
3. Establishment of company/firm with reference
to the service.
More than 05-years =20
03-05 years =10
01-03 years =05
20
4. Overall reputation in reference to the service
Past performance certificate by the End
user/ DMS in PESSI = 08
Private sector/Public sector = 2
10
5. Availability of required staff of company/firm
with reference to the service.
a) Number of staff = 10
I. At least five staff members = 05
II. On additional number for every additional
technical member shall be granted with
maximum up to 10.
(i.e. Cook, Tandoor chi, dish washer, sweeper
& waiter)
10
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt. /Autonomous Body in last
two years.
20
Total 100
Note: Acceptable Bids must score minimum of 70% marks.
6
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (USED FIXER WATER)
2020-2021
SR.
NO.
NAME OF ITEMS Approximate
Demand
Estimated
Price
Total
1. Used fixer water 500 Litter 45 per litter
22500/-
1
Tender
For Dry
X-Ray Film ,C.T Scan
Film/ Wet X-Rays Films&
Chemical
Financial year
2020-2021
2
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE.
Tender for the purchase of Dry X-ray films& C.T .Scan Film/ Wet X-ray films and Chamical during
financial year 2020-21
Tender Fee Rs.1000/- (Non-Refundable)
Last Date of Issuance 06-07-2020 till 11:00 AM
Receiving Date & Time 06-07-2020 till 11:00 AM
Opening Date & Time 06-07-2020 till 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the estimated price Rs.5999735 in
the form of CDR/Bank Draft.
BIO DATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D Card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
3
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by
the firm, the department reserves the right to take any punitive action including forfeiture of security, under the
rules.
Moreover we also confirm that the prices quoted in Social Security Teaching Hospital, Lahore are not
more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be
bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and
conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital
reserves the right to take any punitive action including forfeiture of security, under the rules.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
4
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE. TERMS & CONDITIONS
For the purchase of Dry X-ray films & C.T SCAN film / WET X-RAY FILMS, & CHEMICAL
DURING FINANCIAL YEAR 2020-21
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of
foreign principals in Pakistan & Distributors for supply of Dry X-ray films & C .T. Scan Film /wet x-ray films,
& chemical having well repute for the supply of store as scheduled in this invitation for bid. Tender should be
sent in the name of the Medical Superintendent, Social Security Teaching Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners with samples.
Item No. Name of
Item
Brand
Name
Cat No Manufacturer Country of
Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of
Item
Cat No Pack
Size
Offered Price / Pack Unit
Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL
PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed
in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed by the Procuring
Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. Bid validity
period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road, Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarifications to the bid that do not change the substance of
the bid.
10. BID SECURITY: a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their
quotation in the name of Medical Superintendent SSHL. The bid security of the successful bidder’s shall be
retained by the hospital and will be returned after successful completion of the contract.
b) The Successful bidder will provide 10% performance security of the value of award letter.
c) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would
warrant the security’s forfeiture, pursuant to instruction to bidders.
d) The Bid Security may be forfeited:
(1) If a bidder withdraws its bid during the period of bid validity; or
(2) In the case of a successful bidder, if the bidder fails:
5
I. To sign the Contract in accordance with instruction to bidders or
II. To complete the supplies in accordance with the General Condition of Contract.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning
their professional, technical, financial, legal or managerial capabilities.
13. SUBMISSION OF SAMPLES: - A-The bidder is required to provide five (05) samples (commercial packs, free of
cost) for evaluation, failing which the offer shall not be considered.
B -ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised
quantity of medicines in view of the availability of the budget.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the Health
Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health
Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender.
All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no
circumstances be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will
replace the unconsumed expired stores without any further charges.
17. The firm shall supply all Dry x-ray films /Wet x-ray films & Chemical as far as possible as per tender requirement
in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible
ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may
be relaxed by the Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
18. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as
amended up-to-date as well as the Institution’s other conditions as given hereafter.
19. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final
destination.
20. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of
6
supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive
action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within the period mentioned on supply order w.e.f the next date after the date of
issue of purchase order (without penalty).
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered
supply shall be imposed upon the supplier.
24. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard
items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount
will be recovered either from the deposited securities / bills of the supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security
(10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two
years for future participation.
26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application
of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Teaching
Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision takes and / or award
made by the sole arbitrator shall be final and binding on the parties.
27. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate
supply.
28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee
of Social Security Teaching Hospital Multan Road, Lahore. After conducting the successful inspection.
30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road, Lahore
may reject all bids or proposals at any time prior to acceptance of bid or proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the
grounds for its rejection of all bids or proposals, but shall not be required to justify
those grounds.
31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan Road, Lahore
shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT
Social Security Teaching Hospital Multan
Road, Lahore.
7
EVALUATION CRITERIA FOR DRY X-RAY FILMS &,C.T. SCAN Film 2020-2021
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a
photocopy of same shall be attached with technical bid after
concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items
4. Minimum One year (01) business history from the date of Registration of Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
10
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the
Services. 10
4. Overall reputation Certificate in reference to the
Services
10
i. Income tax paid certificate 08
ii. Balance Sheet 08
ii Bank Statement 04
i. More than 05-years 10
ii. 03-05 years 05
ii 01-03 years 03
i. Past performance certificate by the
End user/ DMS in PESSI 08
ii. Private Sector /Public Sector 02
Brand Make and Model of the Product
a) local product with
b) Foreign product
100 TOTAL
10 Product Specialization
Product must be as per latest technology and
internationally recognized by practitioners. Proof in form
reviews, opinions, articles etc.
In acknowledged journals etc. of such to be provided by
the bidder. Scoring shall be comparative.
9
10 Copy of valid sole agency agreement from principal
manufacture
8
08 In single continent
10 In two or more continents
10 7
10 Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
6.
10 Product Certification
a) Certificates FDA/CE/ISO
5.
8
i. Any two Certificate 10
ii. Any one Certificate 05
i. International market 10
ii. only local market 08
Note: Acceptable Bids must score minimum of 70% marks.
9
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEM (WET X-RAY FILMS, C.T SCAN & CHEMICAL)
(FOR THE YEAR 2020-2021)
SR.
NO.
NAME OF ITEMS WITH SPECIFICATION Estimated
Demand
Estimated
Price
Total
1. Dental X-ray films 3cm x 4cm (packet of 150) 06x150 3000/- per
pack
18000/-
2. X-ray films 8 x 10 Green sensitive
(packet of 100)
10x100 5275/- per
pack
52750/-
3. X-ray films 10 x 12 Green sensitive
(packet of 100)
38x100 6725/- per
pack
255550/-
4. X-ray films 12 x 15 Green sensitive
(packet of 100)
80x100 9125/- per
pack
730000/-
5. X-ray films 14 x 17 Green sensitive
(packet of 100)
20x100 12150/- per
pack
243000/-
6. Dry Film for C.T Scan Size 14x17cm 5000 237/- 1185000/-
7. Mammographic Films 18x24cm 2x100 10530/- per
pack
21060/-
8. Developer Powder pack to Make 10 liter
solution
10 Pack 1295/- per
pack
12950/-
9. Fixer Powder pack to Make 10 liter solution 10 Pack 1295/- per pack
12950/-
10. Developer Liquid 20x5Litter 4095/- 81900/-
11. Fixer Liquid 20x5Litter 2850/- 57000/-
Total=2670160/-
Country of origin USA, Europe or japan.
Note: I- The bidder will supply (04) Cassettes of each size with green sensitive screen free
of cost as part of contract.
II- All these films must be supplied with envelopes of better quality paper printed as
per department Specimen.
10
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD, LAHORE. LIST OF ITEMS FOR DRY FILMS
(FOR THE YEAR 2020-21
SR. NO. NAME OF ITEMS WITH SPECIFICATION Estimated
Demand
Estimated
Price per unite
Total
1. Dry X-ray film Sheet Size 8cm x 10cm 4000 100/- 400000/-
2. Dry X-ray film Sheet Size 10cm x 12cm 995 153/- 152235/-
3. Dry X-ray film Sheet Size 10cm x 14cm (OR)
11cm x 14cm
27500 155/- 4262500/-
4. Dry X-ray film Sheet Size 14cm x 17cm 5000 237/- 11,85,000/-
Total Estimated Cost=5999735/-
CASSETTES IP
SR. No. Description: Specification Quantity required
1. Cassettes with IPs 8 x 10 or Equivalent 01
2. Cassettes with IPs 10 x 14 or 11”x14” Equivalent 03
3. Cassettes with IPs 14 x 17 or Equivalent 01
4. Mammography 18cm x 24cm or Equivalent 01
Note:
Country of origin USA, Europe or japan.
i. 1 CR system (mammography compatible) with UPS, one printer and 06 cassettes must be
provided by the firm free of cost as requirement of the hospital.
ii. Detail specification of the CR system and printer must be attached with the technical proposal.
iii. Firm will be responsible for the maintenance and backup services with parts of the CR system
and printer free of cost until the validity of the contract awarded to the firm for year 2020-21.
iv. All these films must be supplied with envelopes of better quality paper printed as per department
Specimen.
BIDDING DOCUMENTS
OF
ANNUAL TENDERS 2020-21
FOR
SOCIAL SECURITY HOSPITAL
MULTAN ROAD LAHORE
Rate contract for medical store / pharmacy
SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE
Tender form for rate contract for supply of medicines and pharmacy / medical store /
Emergency purchase of medicine in hospital premises/near to the hospital within 05- Kilo Meter radius during financial year 2020-21
Tender Fee Rs.1000/- (Non-Refundable)
Receiving Date & Time 07-07-2020. 11:00 AM
Opening Date & Time 07-07-2020. 11:30 AM
Venue Conference Room, Social Security Hospital, Multan Road, Lahore
Bid Security The bids shall accompany 3% (180000/-)Bid Security of the estimated price
60, 00,000/- in the form of CDR/Bank Draft.
BIODATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D card No. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Original Receipt for purchase of tender
(F-6) No and Date
Complete Address
Lahore Office Phone, Cell and Fax No.
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)
We M/s, are not
suspended/black listed/defaulter of any Government/Autonomous Institution at any time. In
case of submission of false statement by the firm, the department reserves the right to take
any punitive action including forfeiture of security, under the rules.
Moreover we also confirm that the prices quoted in Social Security Hospital, Multan Raod,
Lahore are not more than the prices quoted in other Government/Autonomous Institution. In
case of any over pricing firm shall be bound to refund the excess charged amount to the
Institution. The firm also confirm to abide by all the terms and conditions laid down in the Tender
inquiry. In case of any violation of terms and conditions, the Hospital reserves the right to take
any punitive action including forfeiture of security, under the rules.
Signature
Stamp
SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Tender for rate contract for supply of medicines and pharmacy
medical store / Emergency purchase of medicine in hospital premises/ near to the hospital within 05- Kilo Meter radius during financial year 2020-21
Two Envelopes sealed offers as per PPRA are invited from all Chain Pharmacies, Chemists in Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation for bid with framework of contract on free delivery to consignee’s end basis. Tender should be sent in the name of the Medical Superintendent, Social Security Hospital, Multan Road Lahore.
All the procurement procedure will be done strictly according to the PPRA RULES, 2014.
The participating Pharmacies / Chemists must submit their Technical Proposal in the separate envelope.
The participating Pharmacies / Chemists must submit their Financial Proposal in the separate envelope.
Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
Approved Pharmacies /Chemists
Have to supply the medicines of M: 20 completely and abruptly.
Have to supply the same prescribed medicines.
Have to supply the medicines to patient but not to pay the amount of medicine.
Have not to supply the near expiry or expied medicines otherwise the contract will be cancelled or forfeiture of performance security.
Have to supply the medicines 24 Hours and in the holidays and keep the cleanliness of the Pharmacy.
The rates should be quoted both in words as well as in figures.
In case of inspection by any Government institution or Drug inspector the pharmacy management will be self-responsible for this matter. Furthermore if during inspection PESSI Property or Govt. Property medicines found there, the pharmacy has to deposit Rs. 50000/- as penalty in the hospital account.
If Pharmacy or Chemist will not provide the medicines within 24 Hours then medicines will be purchased from open market and pharmacy / Chemist will return back the money without deduction.
At the time of receiving of medicines on M: 20 slip Pharmacy / Chemist will be responsible to take the receiving on slip.
Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.
Validity Period of contract shall be up to 30-06-2021, which is extendable, if deemed necessary.
Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.
No offer will be considered if it:
is received after the date and time fixed for its receipt. is unsigned is conditional
is given by the firm black listed, suspended or removed from the approved list of the Health Department Government of the Punjab, Autonomous Health Institutions or by the Federal Health Ministry. is received with validity period shorter than that required in the tender inquiry does not confirm to the general conditions of the tender inquiry. is received without earnest money as specified in the tender.
Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall not be accepted in any circumstances.
The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, the firm will replace the unconsumed expired stocks without any further charges.
The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.
The supplier will promptly attend to all calls including emergency calls.
If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.
The supplies/medicines shall be delivered as soon as possible after the date of issue of M: 20 Slip within maximum 12 hours.
Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision taken and / or award made by the sole arbitrator shall be final and binding of the parties is essential.
The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply. The successful bidder will provide 10% performance security of the value of award letter if applicable.
Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Social Security Hospital Multan Road, Lahore after conducting the successful inspection.
Any of the total bids can only be rejected on the basis of evaluation criteria, though; The Medical Superintendent, Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.
The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
In case of dispute, decision of Medical Superintendent, Social Security Hospital Multan Road, Lahore shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT Social Security Hospital
Multan Road, Lahore.
Evaluation Criteria for the Tender for rate contract for supply of medicines and pharmacy Medical store / emergency purchase of medicine in hospital premises/near to the hospital within
05- Kilo Meter radius during financial year 2020-21
PART-A: ELIGIBILITY CRITERIA
SR. # DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)
3. Minimum One year (01) Chain Pharmacy history from the date of Registration.
4. Acceptance of terms and condition, tender documents duly signed and stamped
5. Undertaking on judicial paper that Pharmacy / Chemist is not blacklisted in any Govt./Autonomous Body in the last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy thereof NTN No.=10
10
2. Financial Soundness of the firm Income tax paid certificate= 08
Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
3. Establishment of Store/firm with reference to the Services.
More than 05-years =10
03-05 years =05
01-03 years =03
10
4.
Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/other PESSI Organization =08
Public/Private Sector =02
10
5. Good reputation certificate from any Govt. institution/private sector in connection with services. Govt. Institution = 05 Private Institution = 05
10
6.
Availability of required technical staff (Pharmacist) of the Company / firm in reference to the services.
a) Number of Staff
At least two Technical staff I. (Pharmacist) members =06 II. Two additional numbers for every
Additional technical (Pharmacist) member shall be granted with maximum up to 10.
10
7. Copy of drug sales license from District Health Officer (A / B- Category).
10
8. Undertaking on judicial paper that the firm is not Black listed in any Govt. /Autonomous body.
20
9. Total Marks Passing Marks (Subject to the recommendation of inspection committee)
100
70%
DR. MUHAMMAD ABRAR RANA DR. QASIR ZAHOOR SANDHU
PHARMACIST DMS MEDICINE
MEMBER MEMBER
MUHAMMAD SHAREEF DR. SYED NAEEM DILAWAR KAZMI
ADDL.DIR (F&A) CHIEF MEDICINE CONSULTANT
MEMBER MEMBER / CHAIRMAN
Rate Contract Of
MRI, EEG, EMG, NCS and Lithotripsy
For the financial year 2020-21
SOCIAL SECURITY TECHING HOSPITAL MULTAN ROAD LAHORE.
Tender Fee Rs.1000/- (Nonrefundable) Tender Opening Date: 08.07.2020
TERMS & CONDITIONS FOR THE TENDER
OF MRI, EEG, EMG, NCS & LITHOTRIPSY
1. Tenure of contract will be up to 30.06.2021 and can be extended further subject to satisfactory
performance.
2. Tender will be opened on 08.07.2020 at 11:30 AM in the presence of representatives of the bidder who
care to attend.
3. The bids shall accompany 3% Bid Security of the estimated price in the form of CDR/ Bank Draft.
4. The successful bidder will be provided 10% performance security of the value of award letter.
5. ISO certified labs/Medical centers will be preferred.
6. Preference will be given to the Medical centers/Labs, which can provide full range of services under one
roof.
7. Tenders will be furnished under single stage two envelop system of PAPRA Rules – 2014. Technical and
Financial proposals should be in two separate envelopes, otherwise the offer will not be accepted.
Technical offer will be opened in front of the bidders whereas financial bid of successful bidders will be
opened later on.
8. The bidder is required to offer competitive price. All prices must including the General Sale Tax (GST)
and other taxes and duties, where applicable. If there is no mention of taxes, the offered quoted price
shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction
in the GST or other taxes shall be passed on to the Hospital.
9. Quoted rates will be valid for the whole financial year 2020-21 and no claim regarding currency
fluctuation will be accepted.
10. Rates should be quoted separately for patients requiring anesthesia during MRI and for patients whose
weight is more than 100 kg. Both the facilities should be provided by the firm (including machine
service). In case of non-provision of the any facility, firm will be bound to provide facility of the test
from any other centre/lab and in case of failure, the difference of amount will be deducted from the
payment of the firm.
11. Black listed centers/ firms are not allowed to participate in the tender and should submit an undertaking
in this regard.
For MRI, EEG, EMG, NCS, and LITHOTRIPSY Medical center must submit following
information along with their tenders.
i). Make, model, manufacturing date and manufacturing name of MRI, EEG, EMG, NCS
and LITHOTRIPSY machines.
ii). Name of reporting Radiologist/ Duty doctor in case of emergency during procedure/
test.
iii). Appointment date/time schedule for MRI, EEG, EMG, NCS, and LITHOTRIPSY for
patients being referred from hospital.
iv). Appointment schedule for emergency patients being referred from hospital. v). Any weight obligation in case of MRI of patients with weight above than 100kg.
12. Medical Superintendent/Purchase committee of this hospital reserves the right to accept/reject any offer
without assigning any reason. Their decision would not be challenged in the court of law.
MEDICAL SUPERINTENDENT
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
NO. SSTHL/Esst/2020/ Date. / / 2020
Tender for Purchase of MRI, EEG, EMG, NCS, and LITHOTRIPSY for the Financial Year
2020-21
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 08.07.2020 Till 11:00 AM
Date and time of opening of tender 08.07.2020 AT 11:30AM
Total Estimated Cost Rs.4979000/-
Call deposit 3% of estimated amount (Rs.149370/-)
Venue Conference Room
1. Interested eligible bidders may get the bidding document from the office of
Account Officer SSTHL on submission of written application along with payment of
non-refundable fee of Rs.1000/- (in words one thousand only). Bidding documents shall
be issued up to 08.07.2020 till 11:00 am only during working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of
3% of the estimated price of the contract as bids security/ earnest money in the shape of
Call Deposit in favor of Medical Superintendent SSTHL is required to be submitted
with the financial bid, without which the offer shall be rejected. However copy of CDR
will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative
of the interested bidders on 08.07.2020 till 11:00 am positively. The bids received till
the stipulated date and time shall be opened on the same day at Conference Room in the
presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
Received without Call Deposit (CDR)
Received after the date and time fixed for its receipt.
The Tender is unsigned.
The offer is ambiguous.
The offer is conditional.
The offer is by telegram.
The offer is from a firm black listed, suspended or removed from the
approved list.
The offer received with shorter validity than required in the tender
inquiry.
5. The bidders are requested to give their best and final prices since, as far as
possible.
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
EVALUATION CRITERIA FOR TECHNICAL PROPOSAL
MRI, EEG/EMG/NCS AND LITHOTRIPSY TESTS (Passing marks 70%)
S.# ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy there of NTN No. = 05 Professional Tax Certificate = 05
10
2. Financial Soundness of the firm
Income tax paid certificate = 05 Balance Sheet = 05
OR
Bank Statement of last year = 05 If balance sheet and bank statement both are deposited then only marks of balance sheet would be counted. Tapering down phenomenon regarding of marks shall be applied on competitive firms.
10
3. Establishment of Centre with reference to the service.
More than 05-years = 10
03-05 years = 05 01-03 years = 03
10
4. Overall reputation in reference to the service contract with other hospital
No. of reference / certificates provided regarding performance of the service from head of the concerned institute/hospital. Reference / Certificate of the service shall be verified by the department independently.
Private Sector + Public Sector = 10
Public Sector = 05 Private Sector (at least two) = 05
10
5. Certification with reference to standard of quality of reports of investigations
PESSI Doctor/ Specialist =10
PRIVATE CONSULTANTS =10 Note.(Private Sector + Public Sector) Any two certificate = 10 Any one certificate = 05
20
6. Availability of Machines with reference to the service
MRI Machine/ EEG, EMG, NCS/LITHOTRIPSY Machine i. 01 Machine with good resolution = 05 ii. 02 Machines with good resolution = 10
10
7. Availability of Undertaking
Undertaking on judicial paper that Hospital/ Lab/Centre is not blacklisted in any Govt./Autonomous Body.
10
8. Availability of technical staff with reference to the service
a) MRI/EEG,EMG,NCS/LITHOTRIPSY Reporting i. Qualified related field Consultant = 10 ii. Medical officer on duty = 05
b) Number of technical staff = 05 i. At least two technical staff members = 05
20
TOTAL 100
NAME OF BIDDER:
CNIC NO:
Address:
Signature &Stamp:
iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed
about the technical scores obtained through technical evaluation criteria, and shall notify those bidders whose
proposal did not meet the minimum qualifying mark which is 70% or were considered non-responsive, that their
financial proposals shall be returned unopened after completing the selection process. It shall be simultaneously
notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location
for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.
iv. Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose
to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal
of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and
recorded if appropriate.
16. Qualification & disqualification of bidder; - A bidder shall be disqualified if it would be finding, at
any time, that the information submitted by him concerning his qualification was false and materially inaccurate
or incomplete.
17. Rejection of bids: The Medical Superintendent shall upon re quest communicate to any bidder who
submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The
hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all
bids shall be given promptly to the concerned bidders that submitted bids.
18. Announcement of Evaluation Report :- The results of bid evaluation shall be declared prior to the
award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least,
ten, days prior to the award of procurement contract.
Award of contract
27- Acceptance of Bid and Award Criteria:-
The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy
of the provincial Government, shall be awarded the letter of approval of rates, within the original or extended
period of bid validity. The approved rates will remain valid up to 30.06.2020which may further be extendable
for period of another three months.
1. The approved Centre will be responsible for provision of facility of MRI EEG, EMG, NCS, and
LITHOTRIPSY as per approved rates.
2. Patients requiring anesthesia during MRI and for patients whose weight is more than 100kg. Both the
facilities should be provided by the firm. In case of non-provision of the facility, firm will be bound to
provide facility of the test from any other Centre/lab and in case of failure, the amount will be deducted
from the payment/security of the firm or the price difference shall be paid by the firm.
28. Advertised Quantity: The number of patients advertised against each investigation is tentative based
on previous year’s number of patients; therefore, it can vary every month.
29. Subcontracts: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.
30. Delays in the Supplier’s Performance: - Investigations of our patients should be done on priority basis.
If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely
delivery of the services, the Supplier shall promptly notify the hospital in writing of the fact of delay, its
likely duration and its cause(s).
31. Penalties / liquidated Damages. If the firm fails to provide the services due to any unavoidable
circumstances, the firm will be responsible for the investigations to be done from any source, or the price
difference shall be paid by the firm.
32. Termination for Default:- The Purchase Committee without prejudice to any other remedy for breach
of Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if
the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract,
or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the
institution reserves the right to purchase the item from the market at the risk and cost of defaulting
firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting
of the defaulting \ firm.
b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.
c) The bidder shall provide 5% of the estimated value in the shape of CDR along with their quotation
in the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Social
Security Teaching Hospital. The Bid found deficient of the bid Security shall not be considered and
the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if
any), if available, shall not be considered or carried forward.
33. Arbitration and Resolution of Disputes:-
In case of any dispute, decision of the Purchase Committee would be final.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed
by the Punjab Procurement Rules, 2014.
NO
Tender Submitted
Receipt
CHECK LIST
Sr. No. /Page No. of the YES OR
Copy of national identity card
Call deposit
Suppliers authorization letter
Price reasonability certificate
Price list (duly attested)
Sole proprietary certificate in case of items of Propriety nature.
Letter of authorization from the manufacture / foreign Principal
In case of sole agent/ importer.
Certificate on stamp paper Rs.100 duly filled
Certificate of national tax number
Samples of quoted item
Technical bid (separate envelop)
Financial bid (separate envelop )
Copy of the technical bid on the CD in Excel format along with the
Written technical offer in the technical Proposal. (Technical proposal envelope)
Copy of the financial bid on the CD in Excel format along with the
Written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER OF WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions
of your tender enquiry due for opening on 08.07.2020 at 11:30 am for the service of investigations MRI, EEG,
EMG, NCS, LITHOTRIPSY for SSTH as advertised in the tender notice as well as those contained in the bid
Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.
1. We here by confirm to provide the facility of EEG, EMG, NCS, LITHOTRIPSY AND MRI at earliest
as per approved rates.
2. Patients requiring anesthesia during MRI and for patients whose weight is more than 100kg. Both the
facilities will be provided by us (including machine service). In case of non-provision of the facility, we
will be bound to provide facility of the test from any other Centre/lab and in case of failure, the amount
will be deducted from the payment/security of the firm or the price difference shall be paid by the Centre.
3. If the firm fails to provide the services due to any unavoidable circumstances, the firm will be responsible for the investigations to be done from any source, or the price difference shall be paid by the firm.
4. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous institution in the financial year 2020-21 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do
so.
5. Certified that the firm is not black listed.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE:
NO.
TO
The Medical Superintendent Social Security Teaching Hospital,
Multan Road,
Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to provide the facility of all investigations specified in
conformity with the said Bidding Documents.
We undertake, if our bid is accepted, to provide the facilities on priority basis to
patients. If our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital
as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid
opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at
any time before the expiration of that period. Until a formal contract is prepared and executed, this
bid, together with your written acceptance thereof and your notification of award shall constitute a
binding contract between us.
We understand that the procuring Agency is not bound to accept the lowest or any
bid.
Name: _
Signature:
Stamp of the Firm:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
TENDER FOR MRI FOR THE YEAR 2019-20
SR.#
NAME OF REGION
RATE WITH OUT
CONTRAST
RATE WITH
CONTRAST
Rate with anesthesia
if required anesthesia fees
Approximate
Patients
Total Amount
1. Brain 5000 7100 6000 150 750000
2. Pituitary gland 5000 7100 6000 05 25000
3. Internal Auditory Canal 5000 7100 6000 05 25000
4. T.M Joint 5000 7100 6000 05 25000
5. Orbit 5000 7100 6000 30 150000
6. Cervical spine 5000 7100 6000 70 350000
7. Thoracic /Dorsal Spine 5000 7100 6000 40 200000
8. Lumbosacral Spine 5000 7100 6000 40 200000
9. Thoracic Lumbo Junction 5000 7100 6000 05 25000
10. Chest/Abdomen /Prostate 5000 8000 6000 20 100000
11. Pelvis 5400 8000 6000 40 216000
12. Knee joints/Ankle/Hip Joint 5400 8000 6000 10 54000
13. Shoulder joints 5400 7100 6000 10 54000
14. Face 5000 7100 6000 05 25000
15. Neck 5000 8000 6000 05 25000
16. Arm/Wrist 5600 8000 6000 05 28000
17. Foot 5700 8000 6000 05 28500
18. MR Angio Renal Arteries 7000 9000 6000 01 7000
19. MRCP 7000 8900 6000 20 140000
20. MRA Carotids 6500 8900 6000 01 6500
21. MRA Circle of Willis 5000 7000 6000 01 5000
22. MRA Brain/Neck 6200 9000 6000 10 62000
23. Internal Auditory Meatus 5000 7000 6000 01 5000
24. Internal Auditory canal 5000 7000 6000 01 5000
25. ANY MRI of patient with weight above 100 Kg
6000 9000 6000 05 30000
26. Any other MRI 5000 7000 6000 10 50000
Total 2591000
‘
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE.
Tender for EEG, EMG & NCS for the Year 2019-2020
SR.# DESCRIPTION RATE Approximate Patients’ Total Amount
1. EEG Simple 2000 150 300000
2. EEG sleep recording 2000 10 20000
3. EEG with brain mapping 2300 10 23000
4. EEG Portable 00 00 00
5. E.M.G Studies 3800 50 190000
6. N.C.S Studies 3800 50 190000
Total 723000
SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.
Tender for Lithotripsy for the Year 2019-2020
SR.# NAME OF TEST/ PROCEDURE
STONE SIZE RATE Approximate Patients’
Total Amount
1. LITHOTRIPSY 1mm to 9mm 12500 60 750000
1.0cm to 1.9cm 17500 30 525000
2.0cm to above 19500 20 390000
Total 1665000
MRI 2591000
EEG,EMG,NCS 723000
Lithotripsy 1665000
Grand Total 4979000
Bill Assistant DMS (Concerned) Director (F&A)
Rate Contract
For Purchase of
Lab Chemicals, PCR Kits &
Blood Bank Items
For the financial year 2020-21
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FORM
For the purchase of Lab Chemicals, PCR kits & Blood Bank Items
For The Financial Year 2020-21
Tender Fee Rs.1000/- (Non-Refundable)
Submission/Receiving Date 06.07.2020 Time 11:00 AM
Opening Date 06.07.2020 Time 11:30 AM
Venue Conference Room, Social Security Teaching Hospital, Lahore.
Bid Security The bids shall accompany 3% Bid Security of the Total Estimated Price
Rs. 2,61,05,545/- in the form of CDR/Bank Draft.
BIODATA OF THE PARTICIPANT
Name of Firm
Name of authorized representative
I.D card no. (CNIC)
Registration No. with Sales Tax Department
Income Tax No. (NTN)
Call Deposit Receipt No. & Date
Complete Address
Lahore Office Phone, Cell and Fax No.
CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)
We M/s, are not suspended/black
listed/defaulter of any Government / Autonomy Institution at any time. In case of submission of false
statement by the firm, the department reserves the right to take any punitive action including forfeiture of
security, under the rules.
Moreover we also confirm that the prices quoted in Social Security Hospital, Lahore are not more
than the prices quoted in other Government / Autonomy Institution. In case of any over pricing firm shall
be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the
terms and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions,
the Hospital reserves the right to take any punitive action including forfeiture of security, under the rules.
Signature
Stamp
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TERMS & CONDITIONS
Rate contract f or the purchase of Lab Chemicals, PCR kits & Blood Bank Items
FOR THE FINANCIAL YEAR 2020-21
1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole
agents of foreign principals / Authorized Distributor in Pakistan for supply of Laboratory
Chemicals, PCR kits & blood bank items, having well repute for the supply of stores as scheduled
in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Social
Security Hospital, Multan Road Lahore.
2. All the procurement procedures will be done strictly according to the PPRA, 2014.
3. The participating firms must submit their Technical Proposal in the following manners.
Item No. Name of Item
Brand Name
Cat No Manufacturer Country of Origin
Pack Size
4. The participating firms must submit their Financial Proposal in the following manner.
Item No. Name of
Item
Cat No Pack Size Offered Price / Pack Unit Price
5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked
as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters.
The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found
technically non-responsive shall be returned un-opened to the respective bidders.
6. Bids shall remain valid for a period of Six (06) months after opening of technical bid prescribed
by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency
as non-responsive. Bid validity period is extendable equal to the period of the original bid validity.
7. The rates should be quoted on FOR basis, to Social Security Teaching Hospital, Multan Road,
Lahore.
8. The rates should be quoted both in words as well as in figures.
9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have
been opened. However the procuring agency may seek and accept clarifications to the bid that do
not change the substance of the bid.
10. The successful bidder will provide 10% performance security of the value of award letter.
11. Validity Period of contract shall be up to 30-06-2021, which is extendable.
12. Evaluation of Suppliers and Contractors: A the suppliers or contractors shall provide
information concerning their professional, technical, financial, legal or managerial capabilities.
13. Submission of Sample. On date of Opening technical proposal the firm will provide sample
failing which the bid will not be entertained.
14. No offer will be considered if it:
i. is received after the date and time fixed for its receipt.
ii. is unsigned
iii. is conditional
iv. is given by the firm black listed, suspended or removed from the approved list of the
Health Department Government of the Punjab, Autonomous Health Institutions or by
the Federal Health Ministry.
v. is received with validity period shorter than that required in the tender inquiry.
vi. does not confirm to the general conditions of the tender inquiry.
vii. is received without earnest money as specified in the tender.
15. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person
signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any
overwriting shall in no circumstances be accepted.
16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the
same specifications as required in the invitation of bid / substandard / spurious / misbranded
/ expired. Moreover, it will replace the unconsumed expired stores without any further charges.
17. The shelf life up to 80% will be accepted without penalty charges and up to 50% with imposition
of 1% penalty charges of actual shortfall in shelf life below prescribed limit.
18. The bidder will ensure shipping of the kits directly from the manufacturer from the country of
origin to the consignee, however the bidder will act as local agent of the manufacturer to ensure
technical and supply services.
19. The firm shall supply Lab Kits as far as possible as per tender requirement in special packing. The
following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on
each carton, pack, bottle, strip/blister, tubes, vial ampoule etc. in case of imported items (or small
quantity), the mentioned condition may be relaxed by the Procuring Agency.
NOT FOR SALE
PESSI PROPERTY
20. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules
(PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given
hereafter.
21. If the supplier fails to execute the order according to the terms and conditions, the institution may
take any punitive action including forfeiture of performance security and black listing of the firm.
22. The supplies shall be delivered within 15 days w.e.f the next date after the date of issue of purchase
order (without penalty).
23. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost
of late delivered supply shall be imposed upon the supplier.
24. If the supplier failed to supply the order item(s) within the prescribed delivery schedule or supplied
substandard items and failed to replace it with the standard one, risk purchase will be made and
price difference / extra amount will be recovered either from the deposited securities / bills of the
supplier.
25. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee
/ Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be
blacklisted minimum for two years for future participation.
26. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation
and/or application of this contract shall be settled through arbitration. The Medical Superintendent,
Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR.
The decision take and / or award made by the sole arbitrator shall be final and binding on the
parties.
27. The contractor will have to ensure the availability of sufficient stock of contracted items at his
store for immediate supply.
28. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.
29. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection
Committee of Social Security Teaching Hospital Multan Road, Lahore. After conducting the
successful inspection.
30. Any of the total bids can only be rejected on the basis of evaluation criteria, though;
a. The Medical Superintendent, Social Security Teaching Hospital, Multan Road,
Lahore may reject all bids or proposals at any time prior to acceptance of bid or
proposal.
b. The Medical Superintendent shall upon request communicate to any bidder, the
grounds for its rejection of all bids or proposals, but shall not be required to justify
those grounds.
31. In case of dispute, decision of Medical Superintendent, Social Security Teaching Hospital Multan
Road, Lahore shall be final.
Name of the Firm:
Signature:
Seal & Stamp of Firm:
MEDICAL SUPERINTENDENT Social Security Teaching Hospital
Multan Road, Lahore.
EVALUATION CRITERIA FOR LAB CHEMICALS,
PCR KITS & BLOOD BANK ITEMS
PART-A: ELIGIBILITY CRITERIA
SR.
#
DESCRIPTION YES/NO PAGE #
1. Original receipt for purchase of tender
2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.
(The original CDR will be attached with financial bids and a photocopy of same
shall be attached with technical bid after concealing the amount)
3. Manufacturer Authorization Certificate / Sole Agency Certificate / Authorized
Distributor
4. Minimum One year (01) business history from the date of Registration of
Product
5. Acceptance of terms and condition, tender documents duly signed and stamped
6. Price Reasonability certificate
7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years
Technically Qualified (TQ) or Technically Not Qualified (TNQ)
Note: Only eligible firms will be scrutinized further for Part-B
PART-B: ASSESSMENT PARAMETERS (BIDDERS)
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05
GST No.=05
Professional Tax no = 05
15
2. Financial Soundness of the firm 20
3. Establishment of company/firm with reference to the
Services. 15
i. Income tax paid certificate 08
ii. Balance Sheet 12
ii Bank Statement 08
i. More than 05-years 15
ii. 03-05 years 10
ii 01-03 years 05
4. Overall reputation Certificate in reference to the
Services
10
i. Services with NSSH 08
ii. Public Sector 01
ii Private Sector 01 5. Product Certification
a) Certificates FDA/CE(MDD)/JIS
b) For local products
15
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
10
7 Copy of valid sole agency agreement from principal
manufacture/Authorized Distributor
15
TOTAL 100
Note:
Required documents for Eligibility and Assessment should be attached
with sequence and with tag (Labelled) to identify the required document for
marking. It should also follow the Bidder document of your Proposal.
Acceptable Bids must score minimum of 70% marks.
Tender Items List for the year 2020-2021
(Laboratory & Blood Bank)
S.NO. NAME OF ITEMS WITH SPECIFICATIONS ESTIMAT ED RATE FOR UNIT
APPROXI MATE DEMAND 2020- 2021
ESTIMATED TOTAL AMOUNT
1. ABG,s Cartridge Solution
(Gem Premier 3000)
90000 20 1800000
2. ABG,s Cleaning CVP Control/Injection 750 90 67500
3. ABG,s Machine Thermal roll 85 40 3400
4. Acetone 2.5L/Bottle 6000 30 180000
5. Alfa Fetoprotein Elisa Access-2 kit 100 test 10000 01 10000
6. Anti HBE Elisa Access-2 kit 100 test 19000 01 19000
7. Anti HDV Elisa Access-2 kit 100 test 18000 01 18000
8. ANA Kit 100 Test 3400 10 34000
i. Any two Certificate 15
ii. Any one Certificate 10
i. ISO 10
ii. ISO14000 05
9. Anti Human Sera 10 ML 310 50 15500
10. Anti Sera (A,B & D) 670 250 167500
11. Antibiotic DISCs 1x50 400 50 20000
12. APTT kit wit Calcium Chloride small size 3000 36 108000
13. ASOT kit 100 test 1900 10 19000
14. Beta HCG Elisa Access-2 kit 100 test 6900 01 6900
15. BHI agar- 500 gm 19000 01 19000
16. BHI-Broth 500 Gram 9000 01 9000
17. Blood Agar 500 gm 11000 01 11000
18. Blood Agar with Gentacin 500 gm 11500 01 11500
19. Blood culture Bottles 25 ml 45 300 13500
20. Blood culture Bottles 50 ml 60 150 9000
21. Blood Lancet (200 pcs ) 135 100 13500
22. Bovine Albumin 205 50 10250
23. Brush –test tubes washing small 50 01 50
24. Bunson Burner fine quality 1245 01 1245
25. Calcium Chloride 500 02 1000
26. Carbol Fuchsin Stain 500 ml 10000 01 10000
27. Carbolic Acid 2400 01 2400
28. Cedar wood oil for microscopy 750 01 750
29. Cled Agar 500 gm 14000 01 14000
30. Control Standard Solution for Hematology
Analyzer Medonic/Swelab (BOUL)
14500 10 145000
31. Cover Glass for Counting Chamber Neuber 290 01 290
32. Cover Slips (22x22) Germany 90 80 7200
33. Cover Slips (24x50) Germany 125 50 6250
34. Cover Slips 18x18 mm Germany 75 10 750
35. CRP KIT 1300 10 13000
36. CSF cell count solution 750 01 750
37. Culture Swab sterile Imported 1*100 650 10 6500
38. CA 125 Elisa Access-2 kit 100 test 29000 01 29000
39. Cryo Box 100 well 500 20 10000
40. Citrate Agar 8500 01 8500
41. Catalase Reagent 1500 01 1500
42. Decolorizer for Gram Stain 500 ml 950 01 950
43. Dengue IgG/IgM Test Device 1*40 4700 01 4700
44. Dengue IgM Elisa kit 8500 01 8500
45. Dengue IgG Elisa kit 8500 01 8500
46. Diamond Pencil 350 02 700
47. DNase Agar 8500 01 8500
48. Electrolytes cleaning solution pack Ionyte) 18000 02 36000
49. Electrolytes solution pack ( Ionyte) 18000 04 72000
50. Electrolytes Standard (Ionyte) 11000 04 44000
51. Eosin Stain 500mL/ Bottle 6000 15 90000
52. Filter paper 210 01 210
53. FSH Elisa Access-2 kit 100 test 9500 01 9500
54. Free T3 Elisa Access-2 kit 100 test 9500 01 9500
55. Free T4 Elisa Access-2 kit 100 test 9500 01 9500
56. Formalin 2.5L/Bottle 1250 20 25000
57. Giemsa stain 7000 02 14000
58. Glass slides 1x72 China 90 500 45000
59. Glass slides 1x72 Germany 110 200 22000
60. Glysrin 2.5L/Bottle 2500 01 2500
61. Gel card for cross match with Incubator &
centrifuge 1 x 6
400 1200 480000
62. H. Pylori Test device 1 x 40 1550 30 46500
63. HBsAg Test Device 1*40 500 1000 500000
64. HBsAg Elisa Access-2 kit 100 test 15000 01 15000
65. HCL 2.5L/Bottle 9500 01 9500
66. HCV Elisa Access-2 kit 100 test 16000 01 16000
67. HCV Test Device 1x40 700 1000 700000
68. Heamatoxylin 1L/Bottle 10500 06 63000
69. HIV Elisa Access-2 kit 100 test 14500 01 14500
70. HIV Test Device 1050 200 210000
71. Indian Ink 2300 01 2300
72. LH Elisa Access-2 kit 100 test 9000 01 9000
73. LISS (Low isotonic saline solution) 2000 50 100000
74. Macconkey Agar 500 Gram 11500 01 11500
75. Macconkey Broth 500 Gram 11500 01 11500
76. Malaria Test Device 1x40 1450 200 290000
77. Medonic/Swelab Solution Diluent 1x20 L
(BOULE)
6900 60 414000
78. Medonic/ Swelab Solution Lyzer 1x5 L (BOULE) 12400 60 744000
79. Methanol 2.5L/Bottle 2000 05 10000
80. Microtome Blade Disposable 1X50 12500 20 250000
81. Mountant DPX 500ml 2400 10 24000
82. Mullar Hinton Agar 500 Gram 9500 01 9500
83. Mycodot (TB) device 1x40 1600 02 3200
84. Micro Pipette 10-100 ul 2500 02 5000
85. Micro Pipette 100-1000 ul 2500 01 2500
86. Neubar Chamber for cell counting Germany 2850 01 2850
87. NS 1 Dengue Test Device 1 x 40 5700 01 5700
88. NS 1 Dengue Elisa kit 7000 01 7000
89. Oxidase Reagent 5000 01 5000
90. PAP diastase Already prepared 9500 01 9500
91. PAS Already prepared 8000 01 8000
92. PAS Stain for Bone marrow 8000 01 8000
93. Petri Dish Plastic Disposable 9 200 pair 1800
94. Pregnancy test device 1 x100 tests 450 10 4500
95. Prothrombin time (Thromboplastic) PTT kit 1900 35 66500
96. Powder free glove 800 120 96000
97. Prolactin Elisa Access-2 kit 100 TEST 8500 01 8500
98. Progesterone Elisa Access-2 kit 100 Test 8500 01 8500
99. RA Latex/ Factor kit 100 tests 1250 12 15000
100. Retic Stain 1800 01 1800
101. RPR/Syphilis device 1X40 800 200 160000
102. Silver Stain 7000 01 7000
103. Stop watch digital China 350 01 350
104. Stool Occult Blood kit 100 test 2200 03 6600
105. Sysmex cell pack solution 1 x 20 liter 11500 30 345000
106. Sysmex Stromatolyzer 1x500 ml 10500 30 315000
107. Sysmex Control standard solution 14500 10 145000
108. Serum Ferritin Elisa/ Access-2 100 test 11000 01 11000
109. SIM Agar (sulfide, Indole, Motility ) 8500 01 8500
110. T3 kit 100 tests Elisa/ Access-2 6800 30 204000
111. T4 kit 100 tests Elisa/Access-2 6800 30 204000
112. Test tubes glass 12*100 mm China 1*100 275 20 5500
113. Test Tubes Plastic 4 inch 13*75 mm with cork
1X1000
1700 120 204000
114. Tips Blue-500-1000 ul Imported 180 10 1800
115. Tips Yellow 10-100 ul Imported 170 20 3400
116. TSH KIT 100 tests Elisa/Access-2 6800 30 204000
117. Typhidot device( single step) 1x40 1750 40 70000
118. Testosterone kit 100 test 11000 01 11000
119. Thermal Roll for Elisa 4” 190 05 950
120. TSI (Triple Sugar Iron Agar) 11500 01 11500
121. Urine Strips 10 Para Meter 1x100 450 150 67500
122. Vaccum Tube for Blood collection 1.8 ml
(Coagulation) Ptt test 1X100
350 150 52500
123. Vacuum Tube for Blood Collection EDTA (CBC)
1X100
340 1000 340000
124. Vacuum Tube for Blood collection with Gel
1X100
560 900 504000
125. Wax 2.5 kg 7000 20 140000
126. Widal kit (O,H,A,B) 4 vial set 850 10 8500
127. Xylene 2.5L/Bottle 1700 30 51000
128. ZN STAIN (AFB complete ) set 2150 02 4300
129. Blood Bag with BT set 500 ml 310 6200 192200
130. Blood Bag double with BT set 500+300ml 650 250 162500
Total 1,08,65,545
SPECIFICATIONS FOR PCR KITS & CONSUMABLES
HCV Real Time PCR (Quantitative) Kit 85000 110 kits 9350000
(LOD < 60 IU/ML)
With All Using consumable PCR tubes 0.1 ml & filter tips
(10-ul )
100
test/kit
* Ready to use kit (72 Samples batch should run on machine)
* IVD Marked
HBV Real Time PCR (Quantitative) kit 80000 10 kits 800000
(LOD < 60 IU/ML)
With All Using consumable PCR tubes 0.1 ml filter tips (10-
ul )
100
Test/kit
* Ready to use kit (72 Samples batch should run on machine)
* IVD Marked
RNA Extraction kit (Spin Column based) with all using
Consumable Filter tips 100 &1000 ul , Eppendorf tubes 1.5
ml & 2.0 ml flat caps & without cap & Absolute Ethanol
130000
500
test/kit
22 kits 2860000
* Must be Compatible with Amplification
DNA Extraction kit (Spin Column based) 125000 02kits 250000
with all using Consumable Filter tips 100 & 1000 ul
,Eppendorf tubes 1.5 ml & 2.0 ml flat caps & without cap &
Absolute Ethanol
500
test/kit
* Must be Compatible with Amplification
HCV Real time Genotype kit with Extraction kit
* Specificity HCV Genotype 1-3
With All Using consumable PCR tubes 0.1 ml & filter tips
(10-100-1000 ul )
* Spin Column based extraction.
* Ready to use kit.
* IVD Marked
110000
50 test/kit
18 kits 1980000
Total 15240000
GRAND TOTAL 2,61,05,545
Service Contract
for
Hospital
Bed Lifts
(Financial Year 2020-21)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
Tender for Contract of Bed Lifts for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 08.07.2020 Time: 11:00 AM
Date and time of opening of tender 08.07.2020 Time: 11.30 AM
Total estimate Cost Rs.1670400/-
Call deposit 3% of estimated amount(Rs.50112/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms on free delivery on FOR basis.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date:08.07.2020 11:00AM) only during working
hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on date 08.07.2020time 11:00 am till positively. The bids received till the stipulated date and time
shall be opened on the same day at 11:30am in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TECHING HOSPITAL
EVALUATION CRITERIA FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy thereof
NTN No.=10 GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 10
Balance Sheet = 06 or
Bank Statement = 04 If balance sheet and bank statements both are deposited then only marks of balance sheet (06marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
3. Company Certification
Any two certificate = 10
Any one certificate = 05
ISO = 10
ISO14000 = 05
10
4. Establishment of company/firm
More than 05-years =10
03-05 years =05 01-03 years =03
10
5. Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/PESSI organization = 08
Public/ Private Sector =02
10
6. Local manufacture/Agent capacity to technical service
a) Availability of well-equipped Repair workshop of the firm=08
b) Availability of Spare parts and accessories = 02 Local manufacturers/principal shall clearly define which parts and accessories are replaceable and under warranty.
10
7. Availability of technical staff of the company/firm and attached CNIC Copies, Experience Certificate(another Firms)and Diploma/Degrees
10
8. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years& Reasonable Price Certificate
10
Total marks 100
Passing Marks 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of
the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on date 08.07.2020 for the tender of Services/Maintenance Contract For Hospital Bed Lifts for SSTH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non- consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM Tender 2020-2021
THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the
Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)
a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
A. Price schedule submitted by the bidder,
B. Technical specification;
I. General conditions of contract;
II. Special conditions of contract; and
III. Procuring Agency s Award of contract; and
IV. Purchase order
3. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. it agrees that any contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other right and remedies available to procuring Agency under any
law, contract or other instrument, be void able at the option of procuring Agency.
6. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall
have exclusive jurisdiction.
8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
Bid Schedule of Service and Maintenance of hospital bed lifts
Sr.
#
Description Qty/
No
Rate Total Amount per month
1. Hospital Bed lifts Maintenance
Charges
03 Rs ------ /-
per
month
Rs -------- /-
2. Lift operator charges 05 Rs ------ /-
per
person
Rs -------- /-
TOTAL Rs -------- /-
16%PST Rs ------- /-
GRAND TOTAL Rs -------- /-
SIGNATURE & STAMP OF CONTRACTOR/FIRM
Cost Rs.1,000/-
(Non-refundable)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS
Due date
1) Name of Bidder
2) Address
3) Telephone No.
4) Tender Purchase receipt a. (F-6 No., Date & Amount)
5) Deposit at call No. & Date
6) Amount of deposit at call
7) Name of bank and branch
8) Income tax/Sales Tax reg. No.
9) Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of
award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR REPAIR &MAINTENANCE OF BED LIFTS
TERMS & CONDITIONS
1. The tender will be opened in the presence of tender representatives/bidders on date 08.07.2020 at 11:30AM after receiving from the bidders on the same day.
2. The bidders will deposit 3% security/deposit at call which will be released after successful completion of the tender agreement.
3. The period of the tender agreement will be for financial year, 2020-21. 4. The repair & maintenance of lift including servicing once in a month during working hours with minor
repairs and replacements i.e. diodes, bridges, fuses, indication and push lamps etc.
5. The major replacements of all other parts and repairs shall be carried out on prior approval of the cost. 6. The servicing of the lifts shall be done once in a month or as and when required essential. All the minor
complaints shall be attended/cleared within one hour of receipt of intimation. If the complaint shall not be rectified within two days, then there will be deduction from the salary of the lift operators/ deduction from the bills of the firm as per monthly agreement @ per day delay.
7. The servicing includes cleaning, greasing and inspection of lifts as under:- (1) Manual cleaning and blowing of control panel. (2) Checking and cleaning of hoisting unit. (3) Cleaning and lubricating of all moving parts. (4) Checking and greasing of guide rails.
(5) Checking tension of suspension ropes. (6) Checking of all safety devices.
8. The contract is subject to termination by serving notice of 30-days by either side in advance. 9. The firm will provide 12 months service/ maintenance agreement with 12-months services and lift
operators duties in the morning, Evening and night shifts for normal working days no Sunday leave. 10. The bills will be submitted on monthly basis and will be clearly paid after verification about service
conducted and obtaining attendance certificate of the lift operators. A separate register for attendance is prepared for lift operators.
11. The firm should arrange the services of lift operators itself and no services of the PESSI employees shall be provided to the firm.
12. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
13. Original copy of CDR should be attached with financial bid and photocopy with the
technical bid.
14. The successful bidder will provide 10% Performance security of the value of award
letter.
DR. MUHAMMAD KHALID MAHMUD MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
STANDARD OPERATING PROCEDURE FOR SERVICE & MAINTENANCE OF HOSPITAL
BED LIFTS/ ELEVATORS
The approved firm dealing with service and maintenance of the two numbers of hospital bed lifts/
elevators will provide following facilities along with two operators, which will be covered under the service and
maintenance contract/agreement with the firm.
1. The firm shall ensure the training of the Lift Operators of SSTHL for morning/evening shifts for handling of day to problems, common faults and pit falls, break downs, etc. and shall also issue certificates to the qualified trained staff.
2. The firm shall provide operation manual, service manual and any other literature conforming to the installed lifts/elevators.
3. It shall be the responsibility of the firm to train the concerned staff of the hospital up to the entire satisfaction.
4. The firm shall ensure one routine visit per month for preventive maintenance and service of the bed lifts/elevators during working hours and shall submit its detailed report regarding satisfactory functioning and condition along with recommendations if any, duly signed by the concerned Sub Engineer PESSI/SDO/DMS (G).
5. The firm shall ensure timely replacement of parts as and when required. The required major parts will be charged separately through quotation/ invoice under PPRA Rules. Prior to the replacement of parts approval by the MS SSTHL is essential. The firm shall address the exigencies on top priority basis. However, the emergency visit shall be adjusted with the routine visit duly supported by the report of the concerned Sub Engineer PESSI/SDO/DMS (G).
6. The firm shall also provide a rate list of all the major and minor parts along with price list of consumable items routinely utilized during preventive maintenance and service of the bed lifts/ elevators prior to signing of contract.
7. The firm shall ensure 95% operational up time of the bed lifts/ elevators. The up time shall be calculated on hourly basis for which the bed lift has remained operational during the said month. In case the up time is less than 95% the hospital may impose penalty on the firm including termination of the contract or may impose fine to the firm up to its satisfaction.
8. Any major or minor repair/ replacement work shall be executed through authorized firm and necessary payment shall be made after obtaining Satisfactory Certificate by Sub Engineer PESSI/SDO/DMS (G).
9. The firm shall provide the names and CNIC numbers of the lift operators to the management of SSTHL for office record.
10. The minimum Response Time for attending the trouble shooting of bed lifts/ elevators should be within One Hour of a phone call from SSTHL management. The firm shall not claim any charges for Odd Time Services/Emergency Services.
11. The payments to firm for the Service & Maintenance will be made by SSTHL management on monthly basis, subject to audit. The firm will submit bills for audit along with monthly service & maintenance duly signed and verified by the lift operator, concerned Sub Engineer PESSI/SDO/DMS (G).
12. The payment to the firm shall be released within ten working days of the receipt of bills so that the bed lifts/elevators are maintained effectively.
13. The service and maintenance contract/agreement shall be valid from the date of signing of the contract/agreement up to date 30.06.2021.
14. Every effort shall be made by the firm to maintain the bed lifts/elevators in perfect working condition, so as to ensure safe and regular operation.
15. In case of any dispute/controversy, the same shall be settled through mutual settlement. However, the decision of the Medical Superintendent shall be final and binding.
16. The contract/ agreement may be terminated on One Month notice from either side. 17. The major replacement (s) and repair (s) shall be carried out on prior approval of the cast. 18. All the taxes will be applicable as per Government rates, rules and regulations. The firm shall provide NTN,
GST registration certificate/ GST paid receipt and professional tax paid receipt/ certificate. However, the hospital is exempted from GST as it is 550 bedded hospitals (as per Income Tax Ordinance Section 153 (1) 50 bedded hospital is exempted from GST).
19. The firm will provide 12 months service/ maintenance agreement with 12-months services and lift operators duties in the morning, Evening and night shifts for normal working days no Sunday leave.
DR. Muhammad Khalid Mahmud MEDICAL SUPERINTENDENT
Rate Contract
for
Hospital Bedding
and
Linen Items
(Financial Year 2020-2021)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
LIST OF BEDDING AND LINEN TENDER ITEMS
FOR THE FINANCIAL YEAR, 2020-21
S.
No.
Specification Rate Offered
1. Bed Sheet 108” * 66” 36x3620/2x10/s mentioning the name
of hospital woven in colored boarder and minimum
weight
2. Patients kit cotton lining Mention rate per kit
3. Operation gown 48x96, 12x12white cotton zein
4. Cotton zein colored 48x96,12x12 width 56” mention per meter rate
5. Green cotton Dosuti width 36’’mention rate per meter
6. Hand towel white pure cotton absorbent size 18x36
7. Operation towel /Turkish
towel Mention rate per meter
8. Kora Latha Width 54” mention rate per meter.
9. Fine cotton for doctors kit Width 54” mention rate per meter.
10. Pillow foam single piece Branded foam standard size, mention minimum
weight
11. Blanket red /camel color with
piping.
60x90 weight 2kg/2200gm.
12 Malmal White Mention rate per meter
13
.
White K.T width 36” mention rate per meter
14
.
Colored K.T width56” mention rate per meter
15
.
Fine latha width 56” mention rate per meter
16
.
Doctor Coat fine quality (Only the sample of cloth will be approved design
and size will be provided at the time of purchase)
NAME OF BIDDER
SIGNATURE AND STAMP OF THE BIDDER
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
NO SSTH DATE
Tender For Hospital Bedding and Linen Items For The Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 07-07-2020 11.00AM
Date and time of opening of tender 07-07-2020 11.30AM
Total Estimate Cost Rs.800000/-
Call deposit 3% of estimated amount(Rs.24000/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / showroom owners.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date 07-07-2020) only during working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on date 07-07-2020 till 11:00am positively. The bids received till the stipulated date and time shall
be opened on the same day at 11:30am in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) Or CDR less than the advertised bid security i-e 3% (2) received
after the date and time fixed for its receipt. (3) The tender is unsigned. (4)The offer is ambiguous. (5) The
offer is conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed, suspended or
removed from the approved list. (8) The offer received with shorter validity than required in the tender
inquiry.
5. The bidders are requested to give their best and final prices as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF BEDDING AND LINEN ITEMS
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=05 GST No.=05
10
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 08 If balance sheet and bank statements both are deposited
then only marks of balance sheet (12marks) would be
counted. Tapering down phenomenon regarding rating of
marks shall be applied on competitive firms
20
3. Establishment of company/firm with reference to
the Services.
More than 05-years =20
03-05 years =10 01-03 years =05
20
4. Brand, Make and Model of the products
a) Local Product with i. International Market =20
ii. Only local Market =10 b) Foreign product
i. In two or more continents =20 ii. In single continent =10
20
5. Overall reputation Certificate in reference to the
Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
6. Undertaking on judicial paper that firm is not blacklisted in any
Govt./Autonomous Body in last two years
20
TOTAL 100
PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.100 that firm is not black listed.
10. Certificate on stamp paper Rs.100 duly filled (attached along with tender )
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 07-07-2020 for the supply of items for SSTH as advertised in the tender
notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We
agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name:
Signature:
Stamp of the Firm:
CONTRACT FORM
THIS CONTRACT is made at on day of 2020-2021, between the Punjab Employees Social Security
Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)
a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
A. Price schedule submitted by the bidder,
B. Technical specification;
C. General conditions of contract;
D. Special conditions of contract; and
E. Procuring Agency s Award of contract; and
F. Purchase order
3. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. it agrees that any
contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to procuring
Agency under any law, contract or other instrument, be void able at the option of procuring
Agency.
6. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
LIST OF BEDDING AND LINEN ITEMS FOR THE FINANCIAL YEAR, 2020-21
SR. # NAME OF ITEMS SPECIFICATIONS ESTIMATED BUDGET
2020-21 RS. 800,000
1. BED SHEET 108” * 66” 36x3620/2x10/s mentioning the
name of hospital woven in colored boarder and
minimum weight
0
2. PATIENTS KIT
COTTON LINING
Mention rate per kit 0
3. OPERATION GOWN 48x96, 12x12 white cotton zein 0
4. COTTON ZEIN
COLORED 48x96, 12x12 width 56” mention per meter rate
0
5. GREEN COTTON
DOSUTI width 36’’ mention rate per meter
0
6. HAND TOWEL white pure cotton absorbent size 18x36 0
7. OPERATION TOWEL
/TURKISH TOWEL Mention rate per meter
0
8. KORA LATHA Width 54” mention rate per meter. 0
9. FINE COTTON FOR
DOCTORS KIT
Width 54” mention rate per meter. 0
10. PILLOW FOAM SINGLE
PIECE
Branded foam standard size, mention
minimum weight
0
11. BLANKET RED /CAMEL
COLOR WITH PIPING.
60x90 weight 2kg/2200gm. 0
12. MALMAL WHITE Mention rate per meter 0
13. WHITE K.T width 36” mention rate per meter 0
14. COLORED K.T width56” mention rate per meter 0
15. FINE LATHA width 56” mention rate per meter 0
16. DOCTOR COAT FINE
QUALITY
(Only the sample of cloth will be approved
design and size will be provided at the time of
purchase)
0
Cost Rs.1000/-
(Non-refundable)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER OF BEDDING AND LINEN ITEMS
1. Due date
2. Name of Bidder
3. Address
4. Telephone No.
5. Tender Purchase receipt
(F-6 No., Date & Amount)
6. Deposit at call No. & Date
7. Amount of deposit at call
8. Name of bank and branch
9. Income tax/Sales Tax reg. No.
10. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of
award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER OF BEDDING & LINEN ITEMS
TERMS & CONDITIONS
1. The tender for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on
date07.07.2020 at 11:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in
custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.
5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.
6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.
7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
8. The rates should type written or clear and legible. In case of cutting, signature be must.
9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.
10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the
period of contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the
meeting before the opening of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.
13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.
14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
16. Original copy of CDR should be attached with financial bid and photocopy
with the technical bid.
17. The successful bidder will provide 10% Performance security of the value
of award letter
DR. MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
Rate Contract
for
Hospital Biomedical Waste
Disposal Service
(Financial Year 2020-21)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
NO SSTH DATE
TENDER FOR LIFTING OF BIO MEDICAL WASTE (2020-21)
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 07.07.2020 10:00am
Date and time of opening of tender 07.07.2020 10:30am
Total Estimate Cost Rs.900000/-
Call deposit 3% of estimated amount(Rs.27000/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms for the lifting of biomedical waste on FOR basis.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date 07.07.2020 only during working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on 07.07.2020 till 10:00am positively. The bids received till the stipulated date and time shall be
opened on the same day at 10:30am in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF BIO MEDICAL WASTE
Sr. No.
Assessment Parameters Marks
1. NTN No. & GST registration and copy thereof
NTN No.=05 GST No.=05
10
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 06 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
3. Product Certification
Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05
For local products
ISO = 05 ISO14000 = 03
10
4. Establishment of company/firm with reference to the service.
More than 05-years =10
03-05 years =05
01-03 years =03
10
5. Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
6. Availability of incinerator & technical staff of the company/firm in reference to the service i. Availability of incinerator= 15 ii. Availability of Technical Staff =5
20
7. Provision of pick & drop service to collect the bio medical waste from the hospital.
10
TOTAL MARKS 100 PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 07.07.2020 for the supply of Stationary items for SSTH as advertised in
the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-
2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.S.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM Tender 2020-2021
THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the
Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)
a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
10. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
11. The following documents shall be deemed to form and be read and construed as integral part
of this contract, viz:-
A. Price schedule submitted by the bidder,
B. Technical specification;
C. General conditions of contract;
D. Special conditions of contract; and
E. Procuring Agency s Award of contract; and
F. Purchase order
12. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
13. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
14. [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.
15. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
16. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
17. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
18. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
Cost Rs.1000/-
(Non-refundable)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR LIFTING OF BIO MEDICAL WASTE
Due date
2. Name of Bidder
3. Address
4. Telephone No.
5. Tender Purchase receipt
(F-6 No., Date & Amount)
6. Deposit at call No. & Date
7. Amount of deposit at call
8. Name of bank and branch
9. Income tax/Sales Tax reg. No.
10. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of
award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR LIFTING OF BIO MEDICAL WASTE
TERMS AND CONDITIONS
i. The tenders will be opened in the presence of tender representatives / bidders
on date 07.07.2020 at 10:30 am after receiving from the bidders on the same date.
ii. The bidders will deposit 3% as security / deposit at call which will be released after successful completion of the tender agreement.
iii. The period of the tender agreement will be for the financial year, 2020-21. iv. Rates should be per month inclusive of income taxes otherwise exemption/
clarification should be provided. Any other charges shall be mentioned separately.
v. The schedule of lifting of Bio Medical Waste shall be provided separately. vi. The institution reserves the right of the inspection of the place where Bio
Medical Waste is disposed off. vii. The M/s for lifting of Bio Medical Waste shall not refuse in case of non-
payment due to budget constraints. viii. The firm shall arrange the training program for paramedical staff of the
hospital particularly the Bio Medical Waste handlers (sanitary workers). ix. The firm shall keep a proper record of collection of Bio Medical Waste and
will oblige to provide the same whenever the hospital asks for it.
x. All the payments will be made through cross cheques. xi. In the event that any of the two parties (one is the institution, other the winner
of the tender) are unwilling to continue the agreement of lifting of Bio Medical Waste, one month prior notice shall be served on the other party in writing.
xii. The income tax shall be deducted according to the government prescribed rates.
xiii. All the purchase process will be according to PPRA Rules-2014 single stage two envelopes system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
xiv. Original copy of CDR should be attached with financial bid and
photocopy with the technical bid.
xv. The successful bidder will provide 10% Performance security of the value
of award letter.
DR. MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
Rate contract
for
Photostat Services
(Financial year 2020-21)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
NO SSTH DATE
Tender for Photostat Services for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender (08.07.2020, 10:00AM)
Date and time of opening of tender (08.07.2020, 10:30AM)
Total Estimate Cost Rs.68970/-
Call deposit 3% of estimated amount(Rs.2070/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms for Photocopy services.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date08.07.2020, time10:30 AM) only during
working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSHTL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders date 08.07.2020 till 10:00AM positively. The bids received till the stipulated date and time shall be
opened on the same day at 10:30AM in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT SOCIAL SECURITYTEACHING HOSPITAL
EVALUATION CRITERIA OF TECHNICAL PROPOSAL
OF TENDER FOR PHOTOSTAT SERVICES
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=10
GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 08 If balance sheet and bank statements both are deposited
then only marks of balance sheet (12marks) would be
counted. Tapering down phenomenon regarding rating of
marks shall be applied on competitive firms
20
3. Establishment of company/firm with reference to
the Services.
More than 05-years =20
03-05 years =10 01-03 years =05
20
4. Overall reputation Certificate in reference to the
Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
5. Availability of required staff of the company/firm
in reference to the service
a) Number of staff =10 I. At least five staff members =05
II. One additional number for every additional technical member shall be granted with maximum.
10
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
20
Total Marks
Passing marks 70%
100
Name of the Bidder
CNIC No.
Address
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of
the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 08.07.2020 for the supply of Stationary items for SSTH as advertised in
the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-
2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM Tender2019-20
THIS CONTRACT is made at on day of 200 , between the Government of Punjab,
the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm
name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
19. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
20. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
G. Price schedule submitted by the bidder,
H. Technical specification;
I. General conditions of contract;
J. Special conditions of contract; and
K. Procuring Agency s Award of contract; and
L. Purchase order
21. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
22. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
23. [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.
24. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
25. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
26. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
27. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
Cost Rs.1000/-
(Non-refundable)
TENDER FOR PHOTOSTAT SERVICES
Due date: -
1. Name of Bidder
2. Address
3. Telephone No.
4. Tender Purchase receipt
(F-6 No., Date & Amount)
5. Deposit at call No. & Date
6. Amount of deposit at call
7. Name of bank and branch
8. Income tax/Sales Tax reg. No.
9. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of
award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR PHOTOSTAT SERVICES
TERMS & CONDITIONS
1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on
date08.07.2020 at 10:30 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call in the name of Medical
Superintendent SSTHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
4. The certified copy of CNIC will be attached along with tender documents while giving rates.
5. The contract will be cancelled in case of overcharging above the prescribed rates or complaints.
6. The contactor will himself arrange cabin/shed which will be good looking and reasonable.
7. The electricity bill will be charged on the consumed units as per commercial rates which will be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.
8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.
9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.
10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.
11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.
12. The Photostat machine will be installed on the prescribed place and nothing anywhere. 13. All the taxes will be levied as per Government laws and all the rates should be given
including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency
fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his bid, in
case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial
offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
18. The successful bidder will provide 10% Performance security of the value of
award letter.
19. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.
DR.MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
QUOTED RATES FOR TENDER OF PHOTOSTAT SERVICES
(2020-21)
Name of bidder
CNIC No.
Monthly Rent
Date
PHOTOCOPY RATES FOR SECURED WORKERS
CNIC/Social Security Card
A4 size
Legul size
PHOTOCOPY RATES FOR HOSPITAL/ADMINISTRATION
A4 size
Legal size
Single side
Double side
CNIC/Service card
Rate contract
For
Sale of empty bottle/cans of
dialysis center
(Financial year 2020-21)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
TENDER FOR SALE OF EMPTY BOTTLE/CANS OF DIALYSIS CENTER FOR THE
FINANCIAL YEAR 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender (08.07.2020, 11:00AM)
Date and time of opening of tender (08.07.2020, 11:30AM)
Total estimate Cost Rs.240000/-
Call deposit 3% of estimated amount(Rs.7200/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms for sale of empty bottle/cans of dialysis center.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date08.07.2020, time11:00 AM) only during
working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSHTL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders date 08.07.2020 till 11:00AM positively. The bids received till the stipulated date and time shall be
opened on the same day at 11:30AM in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible
MEDICAL SUPERINTENDENT
SOCIAL SECURITYTEACHING HOSPITAL
EVALUATION CRITERIA OF TECHNICAL PROPOSAL
OF TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=10
GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 08 If balance sheet and bank statements both are deposited
then only marks of balance sheet (12marks) would be
counted. Tapering down phenomenon regarding rating of
marks shall be applied on competitive firms
20
3. Establishment of company/firm with reference to
the Services.
More than 05-years =20
03-05 years =10 01-03 years =05
20
4. Overall reputation Certificate in reference to the
Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
5. Availability of required staff of the company/firm
in reference to the service
b) Number of staff =10 I. At least five staff members =05
II. One additional number for every additional technical member shall be granted with maximum.
10
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
20
Total Marks
Passing marks 70%
100
Name of the Bidder
CNIC No.
Address
Signature & Stamp
LAHORE
CHECK LIST
Sr. No Description Sr. No. /Page No. of
the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 08.07.2020 for the supply of Stationary items for SSTH as advertised in
the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-
2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM Tender 2020-21
THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the
Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)
a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
A. Price schedule submitted by the bidder,
B. Technical specification;
C. General conditions of contract;
D. Special conditions of contract; and
E. Procuring Agency s Award of contract; and
F. Purchase order
1. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
2. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
3. [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.
4. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
5. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
6. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
7. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Cost Rs.1000/-
(Non-refundable)
TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center
Due date: -
1. Name of Bidder 2. 3. Address
4. Telephone No.
5. Tender Purchase receipt
(F-6 No., Date & Amount)
6. Deposit at call No. & Date
7. Amount of deposit at call
8. Name of bank and branch
9. Income tax/Sales Tax reg. No.
10. Fax No. Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR Sale Of Empty Bottle/Cans Of Dialysis Center
TERMS & CONDITIONS
1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on
date08.07.2020at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call in the name of Medical
Superintendent SSTHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
4. The certified copy of CNIC will be attached along with tender documents while giving rates.
5. The contract will be cancelled in case of overcharging above the prescribed rates or complaints.
6. The contactor will himself arrange cabin/shed which will be good looking and reasonable.
7. The electricity bill will be charged on the consumed units as per commercial rates which will be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.
8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.
9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.
10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.
11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.
12. The Photostat machine will be installed on the prescribed place and nothing anywhere.
13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency
fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his bid, in
case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial
offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
18. The successful bidder will provide 10% Performance security of the value of
award letter.
19. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.
DR. MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
QUOTED RATES FOR Sale Of Empty Bottle/Cans Of Dialysis Center
(2020-21)
Name of bidder
CNIC No.
Rate of Empty bottle/can (per piece)
Date
Contract for POL,
Repair and
Maintenance of
Hospital Generators
for the Financial Year
2020-2021
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
NO SSTH DATE
Tender For Generators (150KVA+ 300 KVA +500 KVA) for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 08.07.2020 12:00PM
Date and time of opening of tender 08.07.2020 12:30PM
Total Estimate Cost Rs.400000/-
Call deposit 3% of estimated amount(Rs.12000/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms on FOR basis.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (date 08.07.2020,time 12:00 PM) only during
working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on date till time 12:00Pm positively. The bids received till the stipulated date and time shall be
opened on the same day at 12:30Pm in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
EVALUATION CRITERIA FOR POL, SERVICE& MAINTENANCE CONTRACT OF GENERATORS
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. & GST registration and copy thereof
NTN No.=10 GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 04
Balance Sheet = 06 or
Bank Statement = 04
10
3. Company Certification
Any two certificate = 10 ISO = 10
Any one certificate = 05 ISO14000 = 05
10
4. Establishment of company/firm
More than 05-years =10
03-05 years =05
01-03 years =03
10
5. Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/PESSI organization = 08
Public/ Private Sector =02
10
6. Local manufacture/Agent capacity to technical service
c) Availability of well-equipped Repair workshop of the
firm=08
d) Availability of Spare parts and accessories = 02
10
7. Availability of technical staff of the company/firm 10
8. Undertaking on judicial paper that firm is not blacklisted in any
Govt./Autonomous Body in last two years 20
Total 100
PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of
the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 08.07.2020 for SSTH as advertised in the tender notice as well as those
contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all
instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.S.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM
THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the
Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name)
a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
A. Price schedule submitted by the bidder,
B. Technical specification;
C. General conditions of contract;
D. Special conditions of contract; and
E. Procuring Agency s Award of contract; and
F. Purchase order
3. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. it agrees that any contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other right and remedies available to procuring Agency under any
law, contract or other instrument, be void able at the option of procuring Agency.
6. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
STANDARD OPERATIVE PROCEDURES/TERMS & CONDITIONS
FOR SERVICE & MAINTENANCE CONTRACT OF GENERATORS (100,150,300 & 500 KVAS)
1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on date
08.07.2020 at 12:30 PM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of
hospital after encashment during the period of approval/rate contract of tender and will be released after successful completion of tender agreement. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
4. The preventive maintenance shall not include the top overhauling, major over hauling, fuel pump and injector calibration, turbo charger etc.
5. The expenditure on spare parts/materials/ machine works if required during contract period shall be borne by the hospital.
6. During the contract only the personnel of the concerned company shall look after the repair/maintenance work of generators and no unauthorized person shall work on generators.
7. Safety of the site will be responsibility of hospital and it will be ensured that all safety devices such as fire extinguishers, first aid box, etc. are available at the site.
8. All the taxes will be levied/deducted from the bills as per rates notified by the Government and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
9. The rates should be type written, clear and legible. In case of cutting, signature be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.
10. The blacklisted firms are not allowed to participate in the tender. 11. The approved rates will be considered for the whole year and no claim of currency
fluctuation be accepted during the current year. 12. After opening of the financial bid, that bidder reserves the right to take back his bid, in
case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
13. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
14. The authorized distributors/agents dealing with service & maintenance contract of these generators (150KVA, 300KVA & 500KVA) will provide following facilities which will be covered under the service &maintenance contract with the firms.
a) The firm will ensure two routine visits per month for checking of the generators and submit its detail report regarding satisfactory working, efficiency of generators to the hospital.
b) The firm will ensure changing of recommended Mobil oil and replacement of filters of generators after 250 hours in presence of SDO/Sub Engineer and DMS (G) of the hospital.
c) Emergency visits other than two number routine visits will be charged separately from the hospital duly verified in writing by the concerned SDO/Sub Engineer and DMS (G).
d) The repair work in addition to routine maintenance service up to the tune of less than Rs.100,000/- including parts shall be paid by the concerned M.S without the approval of Head Office. However, Mechanical Engineer, being technical will be the member of the committee regarding replacement of these parts by the firm out of POL budget at the disposal of hospital.
e) The major repair work above Rs.100, 000/- including parts shall be executed after the approval of Head Office /Competent Authority. The Mechanical Engineer of Head Office will also supervise the repair work in addition to existing committee formed by respective M.S.
f) Undertaking will also be taken from the firm dealing with the service contract for giving minimum response time for attending the trouble shooting of generators that should not be more than three hours.
g) The payment to the maintaining firm for the maintenance contract will be paid by hospital on quarterly basis duly attached by certificate provided by the SDO/DMS (G) that the firm has satisfactorily maintained the generators and executed the required number of visits during the concerned quarter. However payment for additional or emergency calls along with repairs minor or major to the generator shall be paid by the concerned M.S. of the hospital.
h) The payments to the firm shall be released within 10 working days so that the generators are maintained effectively.
i) The maintenance contract will be for a period of one year which can be renewed after finalization of mutual terms and conditions between hospital and the firms.
j) One month time will be required for termination of maintenance contract of its renewal prior to expiry of contract.
15. The agreement can be terminated in case of breach of above mentioned terms & conditions and unsatisfactory services by giving an advance notice of one month.
16. Original copy of CDR should be attached with financial bid and photocopy with the technical bid.
17. The successful bidder will provide 10% Performance security of the value of award letter
DR. MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Cost Rs.1000/-
(Non-refundable)
TENDER FOR POL, REPAIR & MAINTENANCE CONTRACT OF
GENERATORS (100,150, 300 & 500 KVA)
Due date: -
1. Name of Bidder
2. Address
3. Telephone No.
4. Tender Purchase receipt
(F-6 No., Date & Amount)
5. Deposit at call No. & Date
6. Amount of deposit at call
7. Name of bank and branch
8. Income tax/Sales Tax reg. No.
9. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
Rate contract
for
Medical Gases (Oxygen, Nitrogen, Carbon Dioxide)
(Financial year 2020-21)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
Tender for Refilling of Medical Gases for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 07.07.2020 12:00pm
Date and time of opening of tender 07.07.2020 12:30pm
Total Estimate Cost Rs.10142172/-
Call deposit 3% of estimated amount(Rs.304265/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to (Date:07.07.2020 time 12:00pm only during
working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3 % of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on 07.07.2020 till 12:00Pm positively. The bids received till the stipulated date and time shall be
opened on the same day at 12:30Pm in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR REFILLING OF MEDICAL GASES
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=10 GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or
Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks
of balance sheet (12marks) would be counted. Tapering down
phenomenon regarding rating of marks shall be applied on competitive
firms
20
3. Establishment of company/firm with reference to the
Services.
More than 05-years =10
03-05 years =05 01-03 years =03
10
4. Product Certification
c) Certificates FDA/ISO
i. Any two certificates =10 ii. Anyone certificate =05
d) For local products i. ISO =05 ii. ISO 14000 =03
10
5. Overall reputation Certificate in reference to the Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
6. Availability of the plants and technical staff of the company /
firm in reference to the services
i. Availability of plants = 15 ii. Availability of technical staff = 05
20
7. Undertaking on judicial paper that firm is not blacklisted in
any Govt./Autonomous Body in last two years
10
TOTAL 100
PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of
the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Five Commercial Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 07.07.2020 for the supply of medical gases for SSTH as advertised in
the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-
2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM (Tender 2020-21)
THIS CONTRACT is made at on day of 200 , between the Government of Punjab, the
Health Department (here in after referred to as the” Procuring Agency”) of the first part; and M/s (firm
name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm)
(hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party” and
collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
28. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
29. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
M. Price schedule submitted by the bidder,
N. Technical specification;
O. General conditions of contract;
P. Special conditions of contract; and
Q. Procuring Agency s Award of contract; and
R. Purchase order
30. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
31. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
32. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. it agrees that any contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other right and remedies available to procuring Agency under any
law, contract or other instrument, be void able at the option of procuring Agency.
33. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
34. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
35. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
36. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
APPROXIMATE DEMAND FOR MEDICAL GASES FOR THE FINANCIAL YEAR 2020-21
Sr. No. Name of Item Approximate Demand 2020-21
1. XM/16200L 16 Cylinders
2. XE/1620L 112 Cylinders
3. MM 240CFT 926Cylinders
4. MF 48CFT 2044 Cylinders
5. ME 24CFT 47 Cylinders
6. Liquid Nitrogen 08 Cylinders
7. Liquid Oxygen M3 90,000M3 Cylinders with tank/ without tank
8. CO2 33
9. AIR Cylinders 03
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR REFILLING OF MEDICAL GASES
FOR THE FINANCIAL YEAR, 2020-21
S. NO.
NAME OF ITEMS WITH SPECIFICATIONS RATE OFFERED
1. Compressed Medical oxygen Gas cylinders ME (24 cft)
2. “ “ “ MF(48Cft)
3. “ “ “ MM (240cft)
4. Liquid Medical oxygen container VIE tank(1290M3Capacity)
5. VIE tank
Capacity of each 1500 litres(VIE Tank) (Only monthly rent)
6. Nitrous Oxide cylinder XE (24 cft) 1620 litres
7. Nitrous Oxide cylinder XM (240 cft) 16200 litres
8. Compressed Air MM 240 cft (6.80 M3)
9. Cost of replacement of new oxygen valve
10. Cost of replacement of new Nitrous oxide valve
11. Cost of replacement of new spindle
12. Painting charges of cylinder
13. Hydraulic testing charges
14. Drying out charges
15. Entonox 48 cft Capacity 2700 Litres
16. Nitrogen Gas Cylinder(High Purity) 6.229 M 3 99.999%
17. CO2 48cft
18. CO2 240 cft
19. Transportation charges for 240 cft cylinders
20. Delivery charges
21. Sales tax and excise duty
NAME OF BIDDER
SIGNATURE AND STAMP OF THE BIDDER
Cost Rs.1000/- (Non-refundable)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR REFILLING OF MEDICAL GASES
Due date
1. Name of Bidder
2. Address
3. Telephone No.
4. Tender Purchase receipt
(F-6 No., Date & Amount)
5. Deposit at call No. & Date
6. Amount of deposit at call
7. Name of bank and branch
8. Incom tax/Sales Tax reg. No.
9. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of award of rate contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER OF MEDICAL GASES
TERMS & CONDITIONS
1. The tender is for the period from the approval date to 30th June, 2021. 2. The tender will be opened in the presence of tender representatives/bidders on date
07.07.2020at 12.30PM after receiving from the bidders on the same day. 3. According to the contract the firm has to supply the approved items to the hospital as
and when required till the expiry of contract. 4. The bidders will deposit 3% as security/deposit at call of the estimated cost of purchase
during the year 2020-2021. Original copy of CDR should be attached with financial bid
and photocopy with the technical bid. CDR will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
5. Only the manufacturers or authorize dealers can give rates for the tender of medical gases.
6. The payment of bills will be on monthly basis. However, if there is a technical reason the payment can be released after fifteen days.
7. The rates for filling medical gas cylinder should be given with/without transport. The rates should be given for 240 cft gas cylinders. The contract will be applicable after approval of the contract. The contractor will himself provide oxygen gas for dura tank.
8. The firm will give a price reason ability certificate mentioning herein that its rate are reasonable and are not more than the rates which were supplied to other Institutions, otherwise the firm will be bound for return of the provided items.
9. The firm will be bound that if during contract its plant got out of order, the firm will provide oxygen cylinders from open market, otherwise the hospital will herself refill the cylinders from the open market and the firm is bound to pay its expenses.
10. In case, if during the financial year the hospital installs its own VIE tank, a separate rate for only liquid oxygen should be given.
11. Only those firms will take part in the tender who can provide demanded items from the present stock. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.
12. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.
13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
14. The rates should type written or clear and legible. In case of cutting, signature must be done.
15. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.
16. The blacklisted firms are not allowed to participate in the tender. 17. The firms will have to supply the sanctioned items as and when required during the
period of contract for which a separate supply order will be given. 18. The approved rates will be considered for the whole year and no claim of currency
fluctuation be accepted during the current year. 19. After opening of the financial bid, that bidder reserves the right to take back his bid, in
case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
20. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.
21. The successful bidder will provide 10% Performance security of the value of award letter.
DR. MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
Supplier Contract
for
Miscellaneous Hospital
Items
(Electric, Sanitary, Carpenter, Welder,
A.C Technician Items, Painter Items,
Utility Items, Washing Material for
Laundry)
OFFICE OF THE MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL, MULTAN ROAD LAHORE
Tender for General order supplier contract for miscellaneous hospital items for the Financial Year
2020-2021
INVITATION FOR BIDS
Tender Price Nonrefundable Rs.1000/-
Last date and time of receiving of tender 07.07.2020 1:00pm
Date and time of opening of tender 07.07.2020 1:30pm
Total Estimate Cost Rs.5162794/-
Call deposit 3% of estimated amount(Rs.154884/-)
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders from
Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well
reputed firms on free delivery on FOR basis.
1. Interested eligible bidders may get the bidding document from the office of Account Officer
SSTHL on submission of written application along with payment of non-refundable fee of Rs.1000/- (One
Thousand only). Bidding documents shall be issued up to date 07.07.2020 1:00 PM) only during working
hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the estimated
price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of Medical
Superintendent SSTHL is required to be submitted with the financial bid, without which the offer shall be
rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on 07.07.2020 till 1:00pm positively. The bids received till the stipulated date and time shall be
opened on the same day at 1:30pm in the presence of the bidders or their authorized preventative.
4. No offer shall be considered if:-
(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The
tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram.
(7) The offer is from a firm black listed, suspended or removed from the approved list. (8) The offer received
with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices since, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER
OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY
SR. # ASSESSMENT PARAMETERS MARKS
1. NTN No. and GST registration & copy thereof
NTN No.=10 GST No.=10
20
2. Financial Soundness of the firm
Income tax paid certificate= 08
Balance Sheet = 12 or Bank Statement = 08 If balance sheet and bank statements both are deposited then only
marks of balance sheet (12marks) would be counted. Tapering
down phenomenon regarding rating of marks shall be applied on
competitive firms
20
3. Establishment of company/firm with reference to
the Services.
More than 05-years =20
03-05 years =10 01-03 years =05
20
4. Overall reputation Certificate in reference to the
Services
Past Performance by end user/ DMS/ PESSI organization = 08
Public/ Private Sector =02
10
5. Availability of required staff of the company/firm in reference to
the service
a) Number of staff =10 I. At least five staff members =05
II. One additional number for every additional technical member shall be granted with maximum up to 10.
10
6. Undertaking on judicial paper that firm is not
blacklisted in any Govt./Autonomous Body in last
two years
20
TOTAL 100
PASSING MARKS 70%
Name of the Bidder
Signature & Stamp
CHECK LIST
Sr. No Description Sr. No. /Page No. of the Tender Submitted
YES NO
1. Receipt
2. Copy of National Identity Card
3. Call deposit Receipt
4. Suppliers Authorization Letter
5. Price Reasonability Certificate
6. Price list (duly attested)
7. Sole Proprietary Certificate in case of items of Propriety nature.
8. Letter of Authorization from the manufacture / foreign Principal
9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.
10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)
11. Certificate of National Tax Number
12. Samples of quoted item
13. Technical bid (separate envelope)
14. Financial bid (separate envelope )
15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)
16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on date 07.07.2020for the supply of miscellaneous items for SSTH as advertised
in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-
2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the
delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous in institution in the financial year 2020-2021 and in case of any discrepancy,
the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE: NO.
TO
The Medical Superintendent
S.S.T.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
CONTRACT FORM
THIS CONTRACT is made at on day of tender 2020-2021, between the Punjab Employees Social
Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part; and M/s
(firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the
firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as “party”
and collectively as the “parties”).
WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered
to supply the required item(s); and whereas the procuring Agency has accepted the bid by the supplier for
(item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this contract words and expressions shall have the same meanings as are respectively
assigned to them in the General /special contraction of this contract hereinafter referred to as
“Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part
of this contract, vise:-
A. Price schedule submitted by the bidder,
B. Technical specification;
C. General conditions of contract;
D. Special conditions of contract; and
E. Procuring Agency s Award of contract; and
F. Purchase order
3. In consideration of the payments to be made by the procuring Agency to be made by the
procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with
the procuring Agency to provide the goods and services and to remedy defects therein in
conformity in all respects with the provision of this contract.
4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision
of the goods and services and the remedying of defects therein, the contract price or such other
sum as may become payable under the provisions of this contract at time and in the manner
prescribed by this contract.
5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration,
not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. it agrees that any contract, right,
interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other right and remedies available to procuring Agency under any
law, contract or other instrument, be void able at the option of procuring Agency.
6. In case of any dispute concerning the interpretation and /or application of this contract shall
be settled through arbitration. The medical superintendent SSTH or his nominee shall act as
sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and
binding on the parties.
7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have
exclusive jurisdiction.
8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase
from market, the price difference shall be by the firm.
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, dumping, and incineration.
IN WITNESS whereof the parties hereto have caused this contract to be executed at (the
place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency
1 2
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
LIST OF MISCELLANEOUS ITEMS
SR.
NO
NAME OF ITEMS
SPECIFICATION
RATE
QUOTED
PER ITEM
Estimated
Quantity
Required
Total
Amount
Linen Store Items
1 Medium Cell Toshiba 60 Nos
2 Remote Cell Toshiba 100 Nos
3 Lock 1-1/2’’ China Original 50 Nos
4 Lock 2’’ China Original 50 Nos
5 Jug (Glass) Toyo/ Nice 20 Nos
6 Jug (Plastic) Imparted Quality 40 Nos
7 Lota Plastic Local 80 Nos
8 Mug Plastic Local 20 Nos
9 Phenyl Tab Local 40 Pkt
10 Lux 150g Local 50 Nos
11 Safety Razor Local 30 Nos
12 Blade Classic/07 o Clock
60 Dabi
13 Air Freshener Local china 400 nos
14 Broom Bansi 400kg
15 Finis Oil Typhoon 400ml tin 1000 nos
16 Flush Brush Plastic 200 nos
17 Glass for Water Toyo Nasik 35 dozen
18 Hand Brush for clothes
Local 60 nos
19 Life Boy Soap Liver Brothers 3000nos
20 Medium Cell Toshiba 150 nos
21 Net Wall Brush Iron/Plastic 150 nos
22 Old Jersey Landa 400 kg
23 Pencil Cell Toshiba 400 nos
24 Phenyl Bottles Typhoon 2.75L/3L 2000 bottle
25 Plastic Bags Small Size 5x4 100 kg
26 Plastic Jar 50 gms 150 Gurse
27 Rat Killer Tablets Killer 40 pkt
28 Soap Dish Plastic 48 nos
29 Spray Pumps Typhon/Super 150 nos
30 Sufi Soap Sufi 350 pkt
31 Sufi Vermicelli Sufi 80kg
32 Surf Washing Powder Sufi 80 gms 1200 pkt
33 Surf Washing Powder 1Kg 220 kg
34 Sweep Shiner Super 400 bottle
35 Tat Bundle 400yard
36 Tissue Box Rose Petal 400 box
37 Tissue Rolls Supreme/Pop Up 400 roll
38 Torch Rechargeable 60 nos
39 Torch Cell Toshiba 100 nos
40 Vim Washing Powder Vim/Max 900 pkt
41 Washing Soda Open ICI 100 kg
42 Wiper Local Iron 300 nos
43 Towel Local 400 kg
Tailor Master Items
1 Reel Thread(All Color) Falcon 60 pkt
2 Cotton Tape Pajama Local 30 rool
3 Mask Tape Local 20 Roll
4 Goki Machine Needle local 10 pkt
5 Goki Machine Oil Local 05ltr
6 Hand Needle Local 05 pkt
7 Tailor Seizer Local/china 02 nos
8 Elastic 1” local 02 roll
Laundry Items
1 Hydrogen Peroxide(30ltr)
Akbri Chemicals 8 Jar
2 Oxalic Acid(30kg) Akbri Chemicals 5 bag
3 Salphuric acid(30ltr) Akbri Chemicals 10 Jar
4 Soda Ash 50kg ICI 90 bag
5 Surf Washing Powder A plus
200 bags
6 Liquid bleach Local 42 cane
7 Leco Powder Local 60 kg
8 Neel Powder Local 60 kg
9 Rang Kat Local 5 kg
10 Caustic Stone Local 5 bags
11 Sodium metabite Sulphat
Local 5 kg
12 Blue shampoo Liquid Soap 25kg
Akbri/ local 6 jar
Welder Workshop Items
1 Wheel 2’’ Complete Killi Local heavy quality 60 Nos
2 Plastic Goti 6 sootre Local heavy quality 60 Nos
3 Steel Sheet 18/20 gage Local heavy quality 70 Kg
6 Moose Set Local heavy quality 5 Box
9 Steel Cutting Disc 4’’ Local heavy quality 7 Nos
10 Steel Cutting Disc 7’’ Local heavy quality 10 Nos
11 Steel Varma 1-1/2 to 4 sooter(complete set)
Japani Heavy duty 2 Pkt
12 Arre blade steel cutting Japani Heavy duty 15 Nos
13 Wheel 8’’ Single with bearing
Local heavy quality 30 Nos
14 Bed Jack Small Local heavy quality 48 Nos
15 Bed Jack Big Local heavy quality 24 Nos
16 Steel screw 2’’ to 5’’ Local heavy quality 15 Kg
17 Goti Set Local heavy quality 01 Set
18 6”Wheel complete Local China 36 nos
19 6” without chimta Local China 36 nos
20 5” Wheel keli wali complete
Local China 36 nos
21 4” Wheel complete keli wali
Local China 36 nos
22 4” without chimta Local China 36 nos
23 Rod No.10 Local China 06 nos
24 Rod No.12 Local China 06 nos
25 4” pathar Local China 06 nos
26 Cottor pin Local China 100 nos
27 Net bolt 3,4 sooter Local China 10kg
28 Patti 2 inch wali 1½ sooter
Local China 40 kg
29 Patti 1” sawa sooter Local China 25 kg
30 Cutter 4”plate Local China 04 nos
31 Wheel 5” without chimta Local China 36 nos
32 Angle per kg weight Local 100kg
33 Steel bars Per kg Local 50kg
Painter Items
1 Captain Brush 2’’ Captain 6 Nos
2 Captain Brush 3’’ Captain 6 Nos
3 Captain Brush 4’’ Captain 6 Nos
4 Captain Brush 5’’ Captain 6 Nos
5 Scraper Local 12 Nos
6 Deco set Local 5 Set
7 Malmal Clothes Local 10 Meter
8 Dana Lakh Local 1 Kg
9 Color Syany local 3 Pkt
10 Old cloths Local 5 Kg
11 Sprit Local 5 Liter
12 Weather shead Brighto /burger /ICI 2 Drumy
13 Weather shead Brighto /burger /ICI 3 Gallon
14 Enamel Paint(All color) Master/Burger 5 Quarter
16 Warnish Black horse/ici/master
2 Quarter
17 Lacer Black horse/ici/master 1 Quarter
18 Thinner Local 1 Gallon
19 Braso Pint Black horse/ici/master
1 Quarter
20 Metallic Paint(All color) Black horse/ici/master
1 Quarter
21 Water Matt(All color) Black 2 Gallon
horse/ici/master
22 Matt Enamel(All color) Black horse/ici/master
1 Gallon
23 Petrol Local 5 Litter
24 White distemper drummy
Burger 04 drummy
25 White distemper gallon Paintex/ICI 03 gallon
26 Off white distemper drummy
Burger 02 drummy
27 Off white distemper gallon
Paintex/ICI 5 gallons
28 Enamel paint off white gallon
Master/ Dulux/ICI 30 gallons
30 Enamel paint gallon white
Master/ Dulux/ICI 5 galons
31 Enamel paint white quarter
Master/Dulux/ICI 5 quarter
32 Ragmar 120 number Korian 30 nos
33 Ragmar 150 number Korian 30 nos
34 Tarmeen oil gallon Local 100 ltr
35 Plastic off paris packet Local 15 pkt
1. Ball Valve ½’’ Faisl/Master 18
2. Ball Valve ¾’’ Faisl/Master 18
3. Ball Valve 1’’ Faisl/Master 03
4. Ball Valve 1-1/2’’ Faisl/Master 02
5. Gas Nozzle ½ Brass, heavy
Local 12
6. Gas Nozzle ¾’’ Brass, heavy
Local 06
7. Froul Clump 3’’(Asbestos pipe) heavy
Local 04
8. Froul Clump 6’’(Asbestos pipe) heavy
Local 03
9. Froul Clump (HD Pipe)3’’
Local 03
10. Bolt+ Nutt 3 sooter/ lenth 3’’,4’’ Local steel 24
11. Clump Rubber Washers Local 24
12. Gi Pipe ½’’ IIL M 03 nos
13. Gi Pipe ¾’’ IIL M 03 nos
14. Gi Pipe 1’’ IIL M 02 nos
15. Gi Pipe 1-1/4’’ IIL M 01 nos
16. Gi Pipe 1-1/2’’ IIL M 01 nos
17. Gi Elbow ½’’ HE 24 nos
18. Gi Elbow ¾’’ HE 18 nos
19. Gi Elbow 1’’ HE 6 nos
20. Gi Elbow 1-1/4’’ HE 03 nos
21. Gi Elbow 1-1/2’’ HE 03 nos
22. MF Elbow ½’’ HE 05 nos
23. MF Elbow ¾’’ HE 03 nos
24. Elbow ½*3/4 HE 06 nos
25. Elbow ¾’’*1’’ HE 05 nos
26. Elbow ½’’*1’’ HE 03 nos
27. Socket ½’’ HE 6 nos
28. Socket 3/4’’ HE 6 nos
29. Socket 1’’ HE 03 nos
30. Socket1-1/4’’ HE 03 nos
31. Socket 1-1/2’’ HE 03 nos
32. MF Socket1/2’’ HE 03 nos
33. MF Socket3/4’’ HE 03 nos
34. MF Socket 1’’ HE 03 nos
35. Socket ½’’*3/4’’ HE 6 nos
36. Socket ½’’*1’’ HE 03 nos
37. Socket 1’’*3/4’’ HE 03 nos
38. Union ½’’ HE 03 nos
39. Union ¾’’ HE 03 nos
40. Union1’’ HE 03 nos
41. Union1-1/4’’ HE 03 nos
42. Union 1-1/2’’ HE 03 nos
43. Bush ½’’*3/4’’ HE 6 nos
44. Bush 1*1/2’’ HE 6 nos
45. Bush 1’’*3/4’’ HE 03 nos
46. Bush 1’’*1/4’’ HE 03 nos
47. Bush ½*1-1/4’’ HE 03 nos
48. Bush 1-1/2’’*1’’ HE 03 nos
49. Geezer Thermostat Unitrail/Chaina 03 nos
50. Thermo weir Chaina/Iran 6 nos
51. Pilot Pipe(Copper)heavy gage
Local 6 nos
52. Pilot (Cherri) Local 6 nos
53. Geezer Burner heavy Local 02 nos
54. Sui Gas Single Burner (Cholhay)
Canon/Super Aisia 03 nos
55. Safety Valve 1’’*3/4’’(Heavy)
Local/RBS 6 nos
56. Safety Valve 1’’(Heavy)
Local/RBS 03 nos
57. HyDant Valve 3’’( Brass Rod)
local 02 nos
58. Gate Valve 6’’(Brass Rod Heavy)
Local 01 nos
59. Jain sheet Local 5ft
60. Muslim shower Complete
King/Master/Faisal 24 nos
61. Muslim shower Body King/Master/Faisal 30nos
62. PVC pipe 2’’Medium Popular 03 nos
63. PVC pipe 3’’ Medium Popular 03 nos
64. PVC pipe 4’’ Medium Popular 03 nos
65. PVC pipe 6’’ B Popular 01 nos
66. PVC pipe10’’B Popular 01 nos
67. Elbow 2’’90 Degree Popular 6 nos
68. Elbow3’’ 90 Degree Popular 6 nos
69. Elbow4’’90 Degree Popular 6 nos
70. Elbow6’’90 Degree Popular 01 nos
71. Elbow 2’’45 Degree Popular 03 nos
72. Elbow3’’45 Degree Popular 03 nos
73. Elbow4’’45 Degree Popular 03 nos
74. Elbow6’’45 Degree Popular 01 nos
75. Plug Elbow 3’’ Popular 6 nos
76. Plug Elbow 4’’ Popular 6 nos
77. PVC Elbow 2’’*3’’ Popular 03 nos
78. PVC Elbow 3’’*4’’ Popular 03 nos
79. PVC Socket 2’’ Popular 03 nos
80. PVC Socket 3’’ Popular 03 nos
81. PVC Socket 4’’ Popular 03 nos
82. PVC Socket 6’’ Popular 03 nos
83. PVC Socket 10’’ Popular 03 nos
84. PVC Tee 2’’ Popular 03 nos
85. PVC Tee 3’’ Popular 03 nos
86. PVC Tee 4’’ Popular 05 nos
87. PVC Plug Tee 2’’ Popular 03 nos
88. PVC Plug Tee 3’’ Popular 03 nos
89. PVC Plug Tee 4’’ Popular 05 nos
90. PVC Y Tee 2’’ Popular 03 nos
91. PVC Y Tee 3’’ Popular 03 nos
92. PVC Y Tee 4’’ Popular 03 nos
93. PVC Half Set 3’’ Popular 03 nos
94. PVC Half Set 4’’ Popular 03 nos
95. PVC P Trap 2’’ Popular 04 nos
96. PVC P Trap3’’ Popular 04 nos
97. PVC P Trap4’’ Popular 04 nos
98. Stone P Trap 3’’ Popular 03 nos
99. Stone P Trap 4’’ Popular 03 nos
100. PVC Bush 2*3’’ Popular 03 nos
101. PVC Bush 3*4’’ Popular 03 nos
102. PVC End cap 2’’ Popular 03 nos
103. PVC End cap3’’ Popular 03 nos
104. PVC End cap 4’’ Popular 03 nos
105. PVC End cap 6’’ Popular 02 nos
106. PVC Solution 75g Popular 03 box
107. PVC Solution 150g Popular 03 box
108. PVC Solution250g Popular 02 box
109. Commode seat cover IFO(Super Quality)
Master/Turk Plast 06 nos
110. Commode seat cover Ford(Super Quality)
Master/Turk Plast 4 nos
111. Flush Tanki Master/Faisal 02 nos
112. PPRC Pipe 32/20mm Popular 06 nos
113. PPRC Elbow 25*32mm
Popular 12 nos
114. PPRC Socket 25*32mm
Popular 3 nos
115. PPRC Tee 25*1/2’’ Popular 06 nos
116. PPRC Elbow32*40mm
Popular 03 nos
117. PPRC Elbow32*3/4’’ Popular 03 nos
118. PPRC TEE 32*40mm
Popular 06 nos
119. PPRC Socket 32*40mm
Popular 04 nos
120. PPRC Union 25mm Popular 04 nos
121. PPRC Union 32mm Popular 04 nos
122. PPRC Union 40mm Popular 03 nos
123. PPRC End Cap 25mm
Popular 06 nos
124. PPRC End Cap32mm Popular 06 nos
125. PPRC End Cap40mm
Popular 03 nos
126. PPRC Over Cross 25mm Popular 06 nos
127. PPRC Over Cross 32mm
Popular 06 nos
128. PPRC Over Cross 40mm Popular 03 nos
129. U Clump Steel 25mm Local 06 nos
130. U Clump Steel 32mm Local 06 nos
131. U Clump Steel 40mm Local 06 nos
132. U Clump Steel 2’’ Local 06 nos
133. U Clump Steel 3’’ Local 06 nos
134. U Clump Steel 4’’ Local 06 nos
135. Kili Clump Steel ½’’ Local 06 nos
136. Kili Clump Steel 3/4’’ Local 06 nos
137. Kili Clump Steel 1’’ Local 06 nos
138. Kili Clump Steel 1- 1/4’’
Local 06 nos
139. Kili Clump Steel1- ½’’ Local 06 nos
140. Pipe Hook steel heavy
Local 12 nos
141. Daga Gola Local 24 nos
142. Rubber connection pipe 18’’
Faisal/Master 24 nos
143. Rubber connection pipe 24’’
Faisal/Master 18 nos
144. Rubber connection pipe 30’’
Faisal/Master 18 nos
145. Rubber connection pipe 36’’
Faisal/Master 06 nos
146. Rubber connection pipe 39’’
Faisal/Master 06 nos
147. Double Bib Cock Faisal/Master 12 nos
148. Sink Mixture Faisal/Master 02 nos
149. Wall Shower set Faisal/Master 02 nos
150. Plug Steel ½’’ Chaina 12 nos
151. Plug Steel ¾’’ Chaina 12 nos
152. Plug Steel 1’’ Chaina 06 nos
153. Plug Steel 1-1/4’’ Chaina 06 nos
154. Plug Steel 1-1/2’’ Chaina 03 nos
155. Plunger Golden Golden 04 nos
156. Washer Golden (Tanki)
Local 12 nos
157. Saifon Sonex (Tanki) Sonex 03 nos
158. Saifon Master (Tanki)
Master 03 nos
159. Ball Cock Sonex (Tanki)
Sonex 06 nos
160. Sink Bracket(steel) Local 06 nos
161. Tagg IFO Local 18 nos
162. Tagg Aford ( Sangli waly) Local 18 nos
163. PPRC TEE 25*35mm
Popular 03 nos
164. PPRC TEE ¾*32mm Popular 04 nos
165. PPRC TEE 1’’*40mm Popular 06 nos
166. Floor Jali 6*6 (Heavy Plastic)
Master/Faisal 03 nos
167. Floor Jali 6*6 Steel Master/Faisal 03 nos
168. Floor Jali 4’’ Steel Master/Faisal 03 nos
169. Floor Jali 4’’ Center Hole
Master/Faisal 03 nos
170. Floor Jali 6’’ Center Hole
Master/Faisal 03 nos
171. Barrel Nipple ½ HE/China 12 nos
172. -do- ¾ HE/China 12 nos
173. -do- 1 HE/China 06 nos
174. -do- 1¼ HE/China 06 nos
175. -do- 1½ HE/China 06 nos
176. Pipe nipple 11L.M ½ 6,3,5,8,9,10
IIL/ELM 18 nos
177. Pipe nippal ¾ 11L.M 3”, 6”, 5”, 8”, 9, 10”
IIL/ELM 18 nos
178. Pipe nipal 1” 11L.M 3”, 6”, 9”, 10”
IIL/ELM 03 nos
179. Regulator ¾ & ¾ sui gas high pressure
Local high pressure 03 nos
180. Active wall (gate role) 1”
Local 03 nos
181. Bullet kit Local Steel 18 nos
182. Bullet kit commode Local 06 nos
183. Water nozzle ¾ Local Heavy 12 nos
184. CP nozzle bhari 1” Local Heavy 06 nos
185. -do- 2” Local Heavy 06 nos
186. -do- 1 ½ Local Heavy 06 nos
187. -do- 4” Local Heavy 03 nos
188. -do- 6” Local Heavy 03 nos
189. Bib cock Super Asia Faisal/Nice/Latif 06 nos
190. Tea cock Super Asia Faisal/Nice/Latif 06 nos
191. Side piller cock Super Asia
Faisal/Nice/Latif 05 nos
192. Mixer Super Asia Faisal/Nice/Latif 02 nos
193. Spindal Local Heavy 09 nos
194. Head Local Heavy 09 nos
195. Mixed Connection pipe
Local 18 nos
196. Bip Cock plastic brass Spindal Local Heavy 12 nos
197. Push cock burner with nob
Local Heavy 12 nos
198. Push Cock heater with nob
Local Heavy 12 nos
199. Cooper pipe Local Heavy 05 ft
200. washer IFO Local Heavy 12 nos
201. Washer golden tanky Local Heavy/Golden
12 nos
202. Washer bib cock Local Heavy 12 nos
203. Washing swing tanky Master/So nix/Faisal
06 nos
204. Waste pipe jamboo Local Heavy 12 nos
205. Saffin golden Golden/Local 03 nos
206. Saffin IFO bottle makhi
Local 06 nos
207. Ball cock golden Local 06 nos
208. Ball cock IFO universal
Local 12 nos
209. Waste Complein single
Local Heavy 03 nos
210. Waste Complein wash bassoon
Local Heavy 03 nos
211. Sink 18*48 Yadgar/Ittlas/Maste r
01nos
212. Sink 20*60 Yadgar/Ittlas/Maste r
01 nos
213. Wash basin Master/ICI/Sunny 01 nos
214. CP net (cooper or Bros)
Local Heavy 04 nos
215. Heater plate with chemical
Local 03 nos
216. Jet burner Local Heavy 03 nos
217. Bullet ary dell and single
Polaind/China/Loca l
06 nos
218. Elbow action master Local heavy 02 nos
219. Jain doori 3-sooter Local Heavy 06 ft
220. Tyflon England Local/England 03 ft
221. Gas pipe Local Heavy 50ft
222. Pipe Pprc 25mm Dura/master/Popul ar
06 nos
223. Pipe pprc 40mm Dura/master/ Popular 06 nos
224. Elbow pprc 25mm Dura/master /Popular
18 nos
225. Elbow pprc 32mm Dura/master /Popular 12 nos
226. Elbow pprc 40mm Dura/master /Popular 12 nos
227. Tee pprc 25mm Dura/master /Popular
06 nos
228. Tee pprc 32mm Dura/master /Popular
06 nos
229. Tee pprc 40mm Dura/master /Popular
06 nos
230. Socket pprc 25mm Dura/master /Popular
12 nos
231. Socket pprc 32mm Dura/master /Popular
12 nos
232. Socket pprc 40mm Dura/master /Popular
06 nos
233. Elbow 25*1/2 mm Dura/master /Popular
06 nos
234. Elbow 32*1/2 mm Dura/master /Popular
03 nos
235. Elbow 40*1/2 mm Dura/master /Popular
03 nos
236. Elbow 40*1’mm Dura/master /Popular
03 nos
237. Elbow ¾*40mm Dura/master /Popular
03 nos
238. Elbow 32*3/4mm Dura/master /Popular
03 nos
239. Socket 25*1/2mm Dura/master 03 nos
/Popular
240. Socket 32*3/4 mm Dura/master
/Popular 03 nos
241. Socket 40*1/2 Dura/master
/Popular 03 nos
242. Over Cross 25*1/2 Dura/master /Popular
03 nos
243. Over Cross 32*3/4 Dura/master /Popular
03 nos
244. Over Cross 40*1” Dura/master /Popular
06 nos
245. Gate Valve 25mm Dura/master /Popular
06 nos
246. Gate Valve 32mm Dura/master /Popular
03 nos
247. Gate Valve 40mm Dura/master /Popular 01 nos
248. Filter Cot rage jumbo Local/ China 06 nos
249. Filter 2 stage 10” Local/ China 06 nos
250. Plug 25mm Dura/master /Popular
24 nos
251. Plug 32mm Dura/master /Popular 18 nos
252. Plug 40mm Dura/master /Popular
12 nos
253. Union 25*1/2 Popular/master 03 nos
254. Union 32*1/2 Popular/master 03 nos
255. Plastic Curing pipe ¾”
Local 50ft
256. Plastic Curing pipe 1” Local 50ft
257. Plastic Curing pipe 3” Local 50ft
258. Jobbli Clump ¾” local 24 nos
259. Jobbli Clump 1” Local 24 nos
260. Jobbli Clump 3” Local 12 nos
AC Technician workshop
1 Ac Compressor 2 ton siplit
Mitsubishi/Highly/ LG
02 Nos
2 Ac Cover 2 ton Floor standing
Local 01 Nos
3 Ac Cover 4 ton Floor standing
Local 04 Nos
4 Refrigerator Compressor ¼
Denfos 1 Nos
5 Refrigerator Compressor 1/5
Denfos 1 Nos
6 Refrigerator Compressor 1/6
Denfos 1 Nos
7 Refrigerator Compressor 6
Denfos 1 Nos
8 A.C Covers Local Made 150nos
9 AC Compressor 1.5 Ton split new
Mitsubishi/ Highly/LG
05nos
11 A.C Protector Dolphin/Smart 15nos
12 Bearings 6201,6202,6203,6204,600 1,6002
Ntn 24 nos
13 Bends plastic ¾” local 60 nos
14 Ac Window Blower china 3 nos
15 Cable 110/76 03Core English
English/NEW AGE 01 coil
16 Capacitors 10uf Fuji 06 nos
17 Capacitors 3.5 uf Fuji 18 nos
18 Capacitors 4 uf Fuji 06 nos
18 Capacitors 35uf Fuji 06 nos
19 Capacitors 40uf Fuji 12 nos
20 Capacitors 45uf Fuji 12 nos
21 Capacitors 50uf Fuji 12 nos
22 Compressor Oil SANYO 01 ltr
23 Condenser Fan local 03 nos
24 Copper Pipes1/2,1/4,3/8,5/8,6/8,
local 50ft
25 CTC Chemical local 06 botle
26 Drain Pipes PVC popular 12 length
27 Foam Filters local 12 nos
28 Gas No.410 USA Usa
02 cylinder
29 Gas No.134-A USA Usa 01 cylinder
30 Gas No.22 USA Usa 06 cylinder
31 LPG gas local 15 kg
32 Magnet Contactor local 06 nos
33 Over load local 03 nos
34 Packing Tapes local 60 nos
35 Pin Valves local 36 nos
36 Plastic Water Pipe 3/4 local 50 ft
37 PVC Tapes local 30 nos
38 Refrigerator Protector Smart/dolphin 6 nos
39 Relay for Refrigerators local 06 nos
40 Selector Switch Pel/national 06 nos
41 Solder Brass Harras/usa 12 nos
42 Solder Copper usa 03 kg
43 Solder Silver usa 3 got
44 PVC Solution popular 03 box
45 Pvc T ½,3/4, popular 60 nos
46 AC Thermostat local 09 nos
47 Window A.C. Fan Motor 1.5 ton,2.0ton
local 03 nos
48 Window A.C. Trays Zinc local 03 nos
49 Water chiller compressor ½,1/3,1/4
Dan foes 03 nos
50 Capacitor 80, 110 Fuji 06 nos
51 Condenser local 06 nos
52 Condenser fan local 03 nos
53 Relay danfos 06 nos
54 Over load local 05 nos
55 Water chiller Thermostat local 05 nos
56 Cable 110/76 three core GM/Pak 03 Coil
Waste Items
01 bin Plastic (For sharps and infectious waste material)
Sunrise plastic 900Nos
Sanitary department Items
01 Plastic Bag Yellow 30*36’’ Pure Plastic Local 300 Kg
02 Plastic Bag Blue 30*36’’ Pure Plastic Local 200 Kg
03 Plastic Bag Red 30*36’’ Pure Plastic Local 200 Kg
04 Plastic Bag White 30*36’’ Pure Plastic Local 300 Kg
05 Plastic Bag White18*24’’ Pure Plastic Local 300 Kg
06 Plastic Dustbin 50ltr Jonprri Numa (White, Blue, Red,Yellow)
Pure Plastic Local 40 Nos
07 Plastic Blue Dustbin 120 Ltr With Pedal and wheel
Pure Plastic Local 10 Nos
08 Cleaning Mops Dray &wet Local 100 Nos
09 Wall Brush Local 10 Nos
10 Brush For Floor Cleaning Local 12 Nos
11 Towel For Cleaning Local 100 KG
12 Small Dust bin Pure plastic 200 Nos
Electric Items
01 LED Rod 18 watt Philips 150 Nos
02 Blue Rod 15 watt Philips 30 Nos
03 S2 Stator Philips 60 Nos
04 Hitter rod 500w china China best quality 50 Nos
05 Cable Booster china 2 Nos
06 Connection box China 06 Nos
07 China Switch Alpain 250 nos
08 China scoket Alpain 100nos
09 china fitting plate Alpine 100 nos
10 Dimmer china fitting Alpine 50 nos
11 Light plug china fitting KM/Bosh/AMB 36 nos
12 Power Plug china fitting KM/alpain/AMB 36 nos
13 Light plug simple 8-pins Akai/alpain/Bush 60 nos
14 Power Plug 20/40amp Bush/Switch line 60 nos
15 Capacitor 3.5uf Fuji 60 nos
16 Trimmer/Main Regulator
Philips/Ghazi 03 nos
17 2-pin shoo ET/Bush/Javed 60 nos
18 3-pin shoo ET/Bush/Javed 60 nos
19 Blub 60/100w Philips/Silver 24 nos
20 Power plug box universal
Klass 24 nos
21 Rowel plug 12&14 Nos. Local 24 nos
22 Patch ½”, ¾”, ½” 2½”, 3”
Local 10 box
23 Power plug sheet 8x6” Local 12 nos
24 Light plug box 3x3” Klass 24 nos
25 Fan hock round 3 hole Local 24 nos
26 Rowel Bolt 3 sooter Local 60 nos
27 Cable 40/76 double GM/ Pakistan 03 coil
28 Cable 110/76 double 2 core
GM/ Pakistan 03 coil
29 Cable AC 7/44 single GM/ Pakistan 03 coil
30 Cable 23/76 GM/ Pakistan 03 coil
31 Bell push open type Hero 12 nos
32 Electric bell Excellent 36 nos
33 Bulb holder pin type Ghazi/Ittefaq 36 nos
34 Tube rod holder Local 36 nos
35 Tube starter holder Local 24 nos
36 Tube starter 20/18w Philips 24 nos
37 Tube Chock 18/20w Philips 12 nos
38 Pipe PVC ¾”+ ½ ” Popular/GM 36 nos
39 Clump ¾” ½” Local 36 nos
40 Clump No.5,6,7,8 Local 36 nos
41 Cable pin Local 24 nos
42 Cable RG11 GM 03 roll
43 Power plug convertor China 12 nos
44 Fan rubber Local 12 nos
45 Nikkle patch 1/2 “ + ¾” Local 03 box
46 Conector strip 10A, 60A Javed 12 nos
47 PVC Tape (all colors) Popular/Osaka/k ens
60 nos
48 Switch china fitting Alpine/ZEC/SOK 24 nos
49 Cable 3/29 GM/ Pakistan 04 coil
50 Fan Tiky Bilal/ Local 24 nos
51 Led Ceiling Light 2*2 Philips 12 nos
Carpenter Items
01 Silicon Local 6 Bottle
02 Neem gola ¾” Local AA 80 Length
03 Neem Gola 1-1/2” Local AA 50 Length
04 Door Frame Border 2-1/2”
Local AA 30 Length
05 Press Sheet 5mm ZRK 15 Nos
06 Drooz Chanel 14” AA Quality 24 Nos
07 Drooz Chanel 16” AA Quality 24 Nos
08 Drooz Chanel 18” AA Quality 12 Nos
09 Glass Rubber 3”’ Imported china 100 Ft
10 1” Screws 8 No Black China
China 5 Box
11 Samad Solution 1000ml Ici/Local Best Quality
3 Box
12 Branji Kill Local China 3 Box
13 Pipe for perda 1” Local Best quality 10 Length
14 Bracket For Perda pipe 1” Local Best quality 40 Nos
15 Ring for perda pipe 1” Local Best quality 10 Dzn
16 Door closure star – MH Local 20 Nos
17 Internal round lock Khas/ Local 20 Nos
18 Handle lock Brass Khas/Local 12 nos
19 Chutknia 6”+8” Local 20 nos
20 1½ patch 8 number Local/China 5 box
21 Keel 2” 15 number topes+ cap
Local 3+3=6 box
22 Chipkakondi 2” Local 24 nos
23 Chipka 4” Local 24 nos
24 Concrete warma No.12 Local 6 nos
26 Rawal plug Local 12 pkt
27 Arl 12” Local 12 nos
28 Keel 01-2/8 No.17 Local 3 kg
29 Steel keel 2” - 1 ½ Local 6 box
30 Spring wair Local 200 meter
31 Hook small aur big Local 6 box
32 Glue wood ici 6 kg
33 Patch 2” – 2 ½ - 3” Jipsam China
Local 6 box
35 AA Lar chapti 1*2½ Local 50 length
36 Win board lamination Alnoor 10 sheet
37 Double action kabzay 5” Local 12 nos
38 Single kabzay 5” Local 24 nos
39 1’’’ wale net bolt Local 2 box
40 Jalli 3 foot Local 50ft
42 3’’’ waley warmay concrete
Local 5 nos
43 1’’’ wala warma Local 5 nos
44 Daraaz lock Local 24 nos
45 MDF Lamination Alnoor 10 sheets
46 ¾” Secrew Jipsam Black China 06 box
47 1-1/2” Secrew Jipsam Black
China 06 box
48 Kabzy 5 sooter 6 feel Lateef 12 nos
49 Door handle Local 12 nos
50 Cupboard Handle Local 12 Nos
Mason Items
1 Cement DG/Luckey/ 10 bags
Pioneer
2 Sand Ravi 02 trolley
3 Crush Sergodha,Roi 30 cft
4 Bricks Class 1 5000 nos
5 Steel bars Mughal/Ittefaq/M. Din
60 kg
6 White Cement DG/luckey/Pioneer 01 bag
7 6” wali tile Master/Sonex/Chi na
10 meter
8 Tile cream color 10” Master/Sonex/Chi na
10 meter
9 Tile 16 by 16 Master/Sonex/Chi na
10 meter
10 Gutter cover 26” with karah
Local 03 nos
11 Gutter cover 24” with karah
Local 03 nos
12 Gutter cover 20” with Local 03 nos
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
PROCUREMENT PLAN MISCELLANEOUS ITEMS OF
GENERAL STORE, LINEN STORE & LAUNDRY ITEMS
FINANCIAL YEAR 2020-2021.
SR. NO NAME OF ITEMS Budget Available
1. Electric Items 357015
2. Welder items 355779
3. Painter items 241450
4. Carpenter items 183017
5. Plumber items 505937
6. Linen store items 1072820
7. Laundry items 800000
8. A.C.Technician items 530014
9. Tailor Master Items 18400
10. Waste disposal items 424000
11. Sanitary Hospital cleaning Items 534060
12. Mason items 140302
Grand Total 5162794
CDR 3% of estimated cost=RS. 154884/-
BILL ASSISTANT DMS (GENERAL)
DIRECTOR (F&A)
Cost Rs.1000/-
(Non-refundable)
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR MISCELLANEOUS ITEMS OF
GENERAL STORE, LINEN STORE & LAUNDRY
Due date
1. Name of Bidder
2. Address
3. Telephone No.
4. Tender Purchase receipt
(F-6 No., Date & Amount)
5. Deposit at call No. & Date
6. Amount of deposit at call
7. Name of bank and branch
8. Income tax/Sales Tax reg. No.
9. Fax No.
Certified that the terms and conditions of the tender are noted carefully. In case of award of rate
contract, our firm shall comply with the terms and conditions.
Signature of bidder:
Date:
Stamp:
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
TENDER FOR MISCELLANEOUS ITEMS OF
GENERAL STORE, LINEN STORE & LAUNDRY
TERMS & CONDITIONS
1. The tender is for the period from the approval date to 30th June, 2021 which is extendable. 2. The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 01:30
PM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of hospital after
encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.
5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.
6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.
7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.
8. The rates should type written or clear and legible. In case of cutting, signature be must. 9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the period of contract for
which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting before the opening
of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.
13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.
14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.
15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes; otherwise the tender will not be acceptable.
16. The successful bidder will provide 10% Performance security of the value of award letter.
DR.MUHAMMAD KHALID MAHMUD
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Tender for Purchase of Printing Items for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Non-refundable Rs.1000/-
Last date and time of receiving of tender 07.07.2020 AT 11.00 AM
Date and time of opening of tender 07.07.2020 AT 11.30 AM
Call deposit 3% bid security of the of estimated price in the form of CDR /Bank Draft
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders
from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals, the
well reputed firms for the supply of Printing items at Social Security Hospital on free delivery to
Consignee’s end basis.
1. Interested eligible bidders may get the bidding document from the office of Account
Officer SSHL on submission of written application along with payment of non-refundable fee of
Rs.1000/- (only). Bidding documents shall be issued up to (10.30 am) only during working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the
estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in
favor of Medical Superintendent SSHL is required to be submitted with the financial bid, without
which the offer shall be rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on (07.07.2020) till 11:00 am positively. The bids received till the stipulated
date and time shall be opened on the same day at 11:30am in the presence of the bidders or
their authorized representative.
4. No offer shall be considered if:-
• Received without Call Deposit (CDR)
• Received after the date and time fixed for its receipt.
• The Tender is unsigned.
• The offer is ambiguous.
• The offer is conditional.
• The offer is by telegram.
• The offer is from a firm black listed, or suspended.
• The offer received with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE
TENDER OF PRINTING ITEMS
TERMS & CONDITIONS
• The tender should be sent in the name of Medical Superintendent, Social Security Hospital, Lahore.
• The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 11:30 AM after receiving from the bidders on the same day.
• All the procurement procedures will be strictly according to the PPRA rules,2014. • Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall
be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non- responsive shall be returned un-opened to the respective bidders.
• The bidders will deposit 3% of estimated price of quoted items as bid security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
• Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.
• The bidders are requested to write make, model and brand of concerned items while giving the rates. Without make model or conditional tender will not be accepted.
• In case the offering firm has not its own printing press and will print the material from other press, the firm should submit the “authority letter” from other press and no delay in supplies will be accepted.
• The successful bidder will provide 10% performance security of the value of award letter. • All the taxes will be levied as per Government laws and all the rates should be given
including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.
• The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly and numbered serially signed at the bottom.
• The blacklisted firms are not allowed to participate in the tender. • The bidders will have to provide samples of all the items (stationery as well as printing
PAPER OF EACH GRAMMAGE) with the technical bid. In case of failure, the institution reserves the right to cancel the participation of firm in the tender.
• The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.
• No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bids that do not change the substance of the bid.
• The quantities mentioned in the tender are estimated quantities and can be increased or decreased according to need at the time of issuance of supply orders.
• The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Printed books with numbers and logo of hospital if found not according to specifications will not returned back and the firm will replace unconsumed stores without any further charges.
• The supplies shall be delivered within 30 days w.e.f the next date of issue of supply order. • In case of late supply from the prescribed date, half percent weekly or two percent
monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason / excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.
• If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.
• In case of partial or non-supply of any or few items of the supply order, amount equal to the amount of order of those items will be forefieted. Moreover, half percent weekly or two percent monthly penalty will be deducted from the security and the firm may be black listed.
• Inspection authority will be the Inspection Committee of the hospital. Inspection on receiving the consignment will be done.The committee will be responsible for inspecting the consignment to certify that items are in accordance with the specifications of supply order.
• Any of the total bids can only be rejected on the basis of evaluation criteria,though; • The M.S Social Security Hospital, Lahore may reject all bids at any time prior to
acceptance of bid or proposal. • The M.S, Social Security Hospital, Lahore shall upon request communicate to any
bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
• In case of dispute, decision of M.S Social Security Hospital shall be final.
MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Passing Marks = 70
EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF PRINTING ITEMS
SR. # ASSESSMENT PARAMETERS MARKS
• Physical report Quality of material
10
• NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05
10
• Financial Soundness of the firm • Income tax paid certificate= 08 • Balance Sheet = 12 or • Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
• Establishment of company/firm with reference to the Services. • More than 05-years =20 • 03-05 years =15 • 01-03 years =10
20
• Past performance of the bidder with Hospital • Execution of supply order 100% • Execution of supply order 50% • Execution of supply order less than100%
and more than 50%
10 10 05 08
• Overall reputation Certificate in reference to the Services • Private Sector + Public Sector =10 • Public Sector =05 • Private Sector=05
10
• Undertaking on judicial paper that • firm is not blacklisted in any Govt./Autonomous Body
in last two years
20
TOTAL 100
Name of the Bidder No. of item
Name of item
Signature & Stamp
NOTE :
• Acceptable bids must score minimum 65 marks .
• For verification of above information ,the representatives may visit the premises of
printing press at any time during evaluation process and will take necessary action in
case of false presentation of document
22.4 .Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to
attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal.
of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read aloud and
recorded if appropriate
23 Qualification & disqualification of bidder; -
23.1 A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him
concerning his qualification was false and materially inaccurate or incomplete.
24. Rejection of bids:
24.1 The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the
grounds for its rejection of any or all bids, but is not required to justify those grounds. The hospital incurs no
liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given
promptly to the concerned bidders that submitted bids.
25. Contacting the Procuring Agency :
25.1 . No bidder shall contact the procuring Agency on any matter relating to its bid, from the time of the bid
opening to the time Contract is awarded.
25.2. Any effort by bidder to influence the Procuring Agency in its decision on bid evaluation bid comparison
,or Contract Award will result in the rejection of the bidder “s bid and subsequent black listing . Canvassing by any
bidder at any stage of the Tender Evaluation is strictly prohibited .
26. Re-Bidding :
26.1. If the Procuring Agency rejects all bids in pursuant to instruction to the bidder , it may call for a re-
bidding or if deems necessary and appropriate the Procuring Agency may seek any Alternative methods of
procurement.
26.2. The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may
revise specifications , evaluation criteria or any other condition for bidders ,as it may deem necessary.
27. Announcement of Evaluation Report :-
27.1 The results of bid evaluation shall be declared prior to the award of procurement contract in the form of
report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of procurement
contract.
Award of contract
28- Acceptance of Bid and Award Criteria:-
28.1 The bidder with the lowest evaluated financial bid, if not in conflict with any other law, rules, regulations
or policy of the provincial Government, shall be awarded the letter of approval of rates, within the original or
extended period of bid validity.
1. The supply will be responsible for free replacement of stocks if the same is not found to be of the
same specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover it
will replace the unconsumed expired stores without any further charges.
• If the firms provide Sub-standard items, printed books with numbers and logo will not returned
back and firm will supply new stock, Payment will be done only for the sock supplied as per
specifications. fail to provide the item , the payment of Risk Purchase, the price difference shall
be paid by the firm.
• In case if firm fail to provide the item , the payment of Risk Purchase, the price difference shall
be paid by the firm.
29. Procuring Agency ‘s Right to vary Quantities at time of Award;
29.1 The Procuring Agency Reserves the right at the time of Award of Contract to increase or decrease the
quantity of goods originally specified in the price Schedule and Schedule of Requirements without any change in
unit price or other terms and conditions.
30 Notification of Award :
30.1 Prior to the expiration of the period of bid Validity, the Procuring Agency shall notify the successful Bidder
in wrting by Registered letter that its bid has been accepted.
30.2 The Notification of award shall be issued in form of letter of award of contract to the bidder .After
issuance of award of contract, supply orders shall be issued on as and when required basis according to need and
demand of the hospital in whole financial year.
31. Inspections and Test / Analysis:- • The inspection committee shall inspect the quantity and specifications of the items supplied. • The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without any further charges.
• If the Goods supplied are found during physical examination / inspection to be against the required specifications approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the date of communication of decision to the manufacturer • Supplier by the Hospital. In case after replacement or alteration, the inspection committee again
declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of security of the concerned installment would be forfeited and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared as of against the required specifications, the earnest money / entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years.
• 32. Redressal of Grievances by the Procuring Agency :
32.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper
powers and authorizations, to address the complaints of the Bidder that may occur prior to the entry into force of
the procurment contract.
32.2 Any bidder feeling aggreived by an act of the Procuring Agency submission of the his bidd may lodge a
written complaint concerning his grievances not later then fifteen days after the announcement of the bid
evaluation report under rule 35.
32.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the
complaint .
32.4 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal
in the relevant court of jurisdiction .
32.5 Mere fact lodging of a complaint shall not warrant suspension of procurement process.
35. Transportation: - 35.1 Transportation including loading / unloading of goods shall be arranged and paid for by the supplier.
36. Subcontracts: - 36.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.
37. Delays in the Supplier’s Performance: - 37.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in Schedule of Requirements . 37.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its likely duration and its cause(s). 37.3 The Purchase Committee may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Purchase Committee . A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
38. Schedule of requirement :-
38.1 In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the supplier.
38.2 The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract.
38.3 In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item, the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid by the firm. Moreover, the substandard printed item will not be returned back.
. 38.4 The suppliers shall be delivered within 15 days after the next date of issue of purchase order (without
penalty), and with prescribed penalty after the date of delivery. 39. Termination for Default:-
39.1 The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to Supplier , may terminate the award of Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
• In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of contract / blacklisting of the defaulting \ firm.
• If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the
right to forfeit the security of the contractor and may award the contract to the second lowest. • The bidder shall provide 5% of the quoted value in the shape of CDR along with their quotation in
the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.
40. Delivery and Documents: - 40.1 The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end
for verification and onward submission to quarter concerned, duly completed in all respect for payment.
• Original copies of Delivery Note / Challan (in triplicate) showing item’s description and quantity.
• Original copies of the Suppliers’ invoices (in triplicate) showing name of item’s description, quantity, per unit cost, and total amount.
• Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of GST and total amount with GST.
41. Arbitration and Resolution of Disputes:- 41.1 The Procuring Agency and the Supplier Shall make every effort to resolve amicably by direct informal negotiation and disagreement or dispute arising between them under or in connection with the Contract.
41.2 If ,after Thirty (30 days from the commencement of such informal negotiations , the Procuring Agency and the Supplier have been unable to Resolve Amicably a Contract dispute , either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.
41.3 In case of any dispute concering the interpretation and /or application of this contract shall be settled
through arbitration.Medical Superintendent Nawaz Sharif Social Security Hospital or his nominee shall act as sole Arbitrator. The decisions taken and /or award made by the sole Arbitrator shall be final and binding on the Parties .
42 . Governing Language :
42.1 The Contract shall be written in english language .Subject to Gcc Clause 26, theversion of the Contract written in the specified language shall govern its interpretation.
42.2 All correspondence and other documents pertaining to Contract ,which ar exchanged by the Parties ,shall be written in English.
43. Applicable Law:
43.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
44. Notices : 44.1 Any Notice given by one party to the other pursuant to this Contract Shall be sent to the other party in
writing and Confirmed to other party’s address specified in SCC.
44.2 A notice shall be effective when delivered or on the notice”s effective date. Whichever is later. Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement Rules, 2014.
MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
CHECK LIST
Sr. No. /Page No. of the YES OR NO
Tender Submitted
• Receipt
• Copy of national identity card
• Call deposit
• Suppliers authorization letter
• Price reasonability certificate
• Price list (duly attested)
• Sole proprietary certificate in case of items of Propriety nature.
• Letter of authorization from the manufacture / foreign Principal
in case of sole agent/ importer.
• Certificate on stamp paper Rs.100 duly filled
• Certificate of national tax number
• Samples of quoted item
• Technical bid (separate envelop)
• Financial bid (separate envelop )
• Copy of the technical bid on the CD in Excel format along with the
written technical offer in the technical Proposal. (Technical
proposal envelope)
• Copy of the financial bid on the CD in Excel format along with the
written financial offer in the financial
Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on for the supply of printing items for NSSSH
as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement
Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up
the delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous in institution in the financial year 2018-2019 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case if not supplied according to specifications
mentioned in supply order.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE:
NO.
TO
The Medical Superintendent S.S.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
SOCIAL SECURITY TEACHING HOSPITALMULTAN ROAD LAHORE
NAME OF BIDDER: TENDER FOR PRINTING ITEMS FOR THE YEAR 2020-21
SR #. NAME OF ITEM SPECIFICATION Estimate quantity
Unit price Estimate price
1. Admission sheet. White 13 ½ x 17 100 sheets pad 68gm paper
flying/h. Glaze both side printing
250 140 35000
2. Admission sheet Green 13 ½ x 17 100 sheets pad 68 gm paper
flying/h. Glaze color bound.
0 140 0
3. Admission sheet pink both side printing 68gm glaze paper 13
½ x 17 “ 100 sheet pad
0 110 0
4. Admission register. 300 leaves size 8 ½ x 13 ½ 68gm paper flying
with nos. Paging
10 520 5200
5. Blood group card Size 4 x 3 ½ printing on 150 gm art card 3561 3.24 11538
6. B-2 form Size 8x6½ sheet pad 68gm h/finish paper.
Urdu/english printing
400 45 18000
7. Consumption registers Large paper size 13 ½ x 17 200 leaves 68 gm
h/finish paper proper paging numbers
20 520 10400
8. Continuation sheet Pad size 8 ½ x 13 ½ both side printing 68 gm
h/finish paper.(prescription order form)
600 110 48000
9. Compatibility card 110gm auri card size 5 ½ x 6 ½. 4000 4.80 19200
10. Drugs sheet pad
(Treatment ticket)
10 x 15 printing on 68 gm h/finish paper
both sides.
600 110 66000
11. Death certificates book Carbon free book 5 x 7 ½ size 68gm paper
triplicate first white second pink third yellow
with controlled numbers
6 220 1320
12. X-Ray envelopes Size 15 x 18 80gm golden brownwith
printing as per sample
2000 8.60 17200
13. Emergency book (small
ticket book)
Carbon free 8 ½ x 6 size 100 sheets book
68gm h/finish paper
500 220 110000
14. Eye card. 4 ½ x 7” printing on 110gm art card 0 2 0
15. F-9 form Size A4 80 gm one side printing on ledger 5 210 1050
paper 100 sheets pad.
16. F-2 form Size A4 one side printing 80gm Colour Pink 100 160 16000
17. Fluid Balance Sheet 13 x 8 ½ both side printing 100 sheets pad
68 gm flying/h. Finish paper.
200 90 18000
18. Log book Size 8 ½ x 13 ½ both side printing on 68 gm
white paper 100 sheet pad with paging
numbers
0 170 0
19. List of anesthesia
medicines
White 68gm paper 8 ½ X 13 ½ SIZE 50 90 4500
20. List of operation medicines Pink 68gm paper 8 ½ X 13 ½ SIZE 70 90 6300
21. Diet charges pad Size 8 ½ x 13 ½ 68 gm h/finish paper 100 90 9000
22. Minutes of purchase
Comittee
Size 8 ½ x 13 ½ 68gm h/finish paper 10 90 900
23. Nursing report pad Size 13 x 8 ½ 100 sheets pad 68 gm h/finish
paper both side printing
400 90 36000
24. OPD register. 500 leaves size 13 ½ x 8 ½ 68gm h/finish
paper with numbering
10 470 4700
25. Operation List size 8 ½ x 13 ½ 55gm high finish paper 60 90 5400
26. Pay bill for doctors Size 8 ½ x 13 ½ 68gm h. Finish 0 52 0
27. Re-imbursement register 500 leaves 13 ½ x 8 ½ with numbering 68g
paper both side printing
0 360 0
28. Stock register 600 pages Size 13 ½ x 8 ½ 68gm white papers with
proper index and numbering.
40 550 22000
29. Stock register 300 pages. Size 13 ½ x 8 ½ 68gm white paper with
proper index and numbering
35 420 14700
30. Salary registers 400 pages. 15 ½ x 10 as per sample with proper index
and numbering on ledger paper
10 480 4800
31. Temperature sheets Size 13 ½ x 8 ½ 68 gm h/finish paper 400 90 36000
32. Summary pad. Size 13 ½ x 8 ½ 100 sheets pad h/finish 68
gm paper
0 60 0
33. Re-imbursement pad. 13 x 8 ½ 100 sheets pad 68 gm h/finish
paper
0 55 0
34. Daily Med. Book. Carbon free Size 11x8 ½ duplicated 2/100 300 320 96000
first white 68gm second pink 68g m
35. X-Ray book Carbon free Size 11 x 8 ½ triplicate first
white color printing second sky blue third
yellow 68 gm paper
400 420 168000
36. Weekly indent book Size 11 x 8 ½ duplicated 2 x 100 first white
68gm second pink 68gm
150 320 48000
37. Laundry book 4x8 ½ in triplicate first white 68 gm second
pink 68 gm third yellow 68 gm (3x100)
30 220 6600
38. Emergency treatment book Carbon free Size 11 x 8 duplicated (2x100)
first white 68 gm second pink 68gm.
120 320 8400
39. F-10 book. Carbon free 11 x 8 ½ in triplicate (3x100) first
white 68 gm second pink 68 gm third yellow
68gm
20 420 8400
40. M-16 book Carbon free 7 x5 (3x100) first white 68gm
second pink 68gm third yellow68gm.
Triplicate
50 150 7500
41. Discharge book 4- pages Carbon free size 11 x 8 ½.First white 68gm
second pink 68g third yellow 68 gm fourth
green 68gm
150 530 79500
42. Staff treatment book Size 7x5 (2x100) duplicated first white 68 gm
second 68 gm. Third 68gm
0 76 0
43. Demand book
Carbon free duplicated (2x100) first white 68
gm second pink 68 gm.
50 320 16000
44. M-20 book three pages
(outdoor)
Carbon free book Size 6 ½ x 5 ½ first white 68gm
second pink 68 gm third yellow68gm outdoor.
20 230 4600
45. M-20 book three pages
(indoor)
Carbon free book Size 6 ½ x 5 ½ first
white68gm second pink 68 gm third yellow
68 gm indoor.
20 230 4600
46. Leave book
Carbon free book Size 8 x 6 ½ 68gmtriplicate
(3x100) first white68gm second pink 68 gm
third yellow 68 gm
50 220 11000
47. Dialysis flow sheets Size 8 ½ x 11 ½ 68 g 100 90 9000
48. Supply order small Size 8 ½ x 6 ½ 68gm h. Finish paper. 30 50 1500
49. Lab investigation form 6 ½ x 9 68 gm 100 45 45000
50. Urine report pads. 6 ½ x 8 68gm paper 250 45 11250
51. Monthly statement For opd 8 ½ x 13 high finish 68gm 0 85 0
52. Patient’s entry register for
X-Ray department
68gm paper size 8 ½ x 13 ½ 500 pages. 5 720 3600
53. Culture pad. 6 ½ x 8 68gm paper 10 40 400
54. Diabetic chart 13 x 8 ½ 68gm high finish paper 100 sheets
pad
20 90 1800
55. Joining report pad 6 ½ x 8 80gm paper. 20 120 2400
56. Duty slip 4 x 4 ½ size 68gm paper. 30 45 1350
57. Purchase registers 13 ½ x 8 200 pages 68gm paper. 0 260 0
58. Antenatal card. 6 ½ x 9 ½ size 110gm art card as per sample 100 3 300
59. Paper printing as per
sample.
13 ½ x 8 ½ size 68gm 0 115 0
60. Paper printing as per sample.
13 ½ x 8 ½ size 55gm 0 115 0
61. Paper printing as per
sample.
10 x 8 ½ size 68gm 0 115 0
62. Paper printing as per
sample.
6 x 8 ½ size 68gm 0 115 0
63. 10 x 8 ½ triplicate book Carbon free First white 68gm second pink
68gm third yellow 68gm printing as per
sample.
0 400 0
64. F-6 book Size 10 x 8 ½ first white 68gm second pink
8gm third yellow 68gm printing as per
sample.
10 220 2200
65. Investigating plain pad 6 ½ x 8 68gm paper 400 54 21600
66. Blood chemistry pad 9 x6 ½ 68 gm paper 500 45 22500
67. Income tax register Legal size 200 pages with numbering 05 290 1450
68. Pension form Legal size 68 gm paper 0 76 0
69. Diet Charges register 600-pages 68gm paper 0 420 0
70. Lab. Registers 400-pages 68gm paper 50 370 18500
71. Supply order Size 8 x13 68gm h. Finish paper.with lines 0 59 0
72. F-13 Books 13 x8 size 100x3 pages triplicated 68gm(1
white, 2 pink, 3 yellow )
0 160 0
73. Birth certificate book 8 ½ x 6 ½ 68gm corbon free 0 82 0
74. Dead Stock register 8 ½ x 13 size 300 pages 68gm with proper
index and numbering
0 452 0
75. Dead stock register 8 ½ x 13size 200 pages 68gm with proper
index and numbering
0 310 0
76. Controlled documents
register
13x 8 size 68gm (500) pages with
numbering.
0 400 0
77. Audit note book. Duplicate 1st White, 2nd yellow 68gm Size 11
x 8 carobon free
0 200 0
78. Quality & Quantity
certificate
6 ½ x 8 68gm paper (as per sample) 20 59 1180
79. F-16 monthly Accounts
statement pad
Legal size 68gm (as per sample) 05 75 375
80. Hepatitis clinic card 6x7 110gm art card (as per sample) 0 02 0
81. Serology report pad 6 ½ x 8 68gm (as per sample) 300 50 1500
82. Lab follow up chart 100
sheet pad
8 ½ x 13 ½ 68gm
(as per sample)
0 59 0
83. Advance register 200 pages 8 ½ x 13 ½ 68gm (as per sample) 0 400 0
84. Ct Scan envelope (Printed) 17 ½ x 15 golden brown 2000 10 20000
85. Reimbursement Form ABC 8 ½ x 13 ½ 68gm (Form “A” pink, Form “B”
green , Form “C” yellow) printing as per
sample
0 60 0
86. Reimbursement Recovery Letter
1 -68gm8 ½ x 13 ½ printing as per sample 50 90 4500
87. Reimbursement Recovery
Letter 2
-68gm8 ½ x 13 ½printing as per sample 50 60 3000
88. Dengue Fever Book
triplicate
All 68gm paper 8 ½ x 13 ½ Ist white 2ND pink
3rd yellow carbon free
0 80 0
89. Physiotherapy card 6 x7110gm art card(as per sample) 500 02 1000
90. DMS duty register 200 pages (as per sample) 0 150 0
91. File cover for office (Fine quality with eye hole on the top left
VIP with hospital monogram as per sample )
size 9 ½ x 13 ½ 300 gm imported card with
tape in centre
1000 21.50 21500
92. File cover printed for
patients
250 gm local card with two imported clip
with tape inside centre of file printing as par
sample
7000 18 126000
93. Gate register for
Ambulances
200 pages 68gm paper 9x13 size 0 250 0
94. Receipt consent form 9 x 11 ½ 68gm paper 10 85 850
95. Daily Cross match pad 9 x 11 ½ 68gm 0 85 0
96. Debit credit note book
triplicate
8 x10 1st white ,2nd pink,3rd yellow 68gm 5 116 580
97. Bill receipt form/pad 8x4 68gm 50 15 750
98. Bill movement register 10x15 size 200 pages 68 gm paper 0 200 0
99. History of bill pad A4 size 200 pages pad 68 gm paper 5 150 750
100. Pension register 300 pages A4 size 68 gm paper 0 150 0
101. Pension book 4x5 size 150 gm card with 12 pages 5 170 850
102. MS letter head pad (Manager Paper) A4 size 0 60 0
103. Call to Nursery pad 10 x 7 H/finish paper 55gram 100 60 6000
104. Patient monitoring chart
pad
12 x 8 100 sheets H/finish paper 55gram 50 74 3700
105. Blood bank cross match register 300 pages 8 ½ x 13 ½ size 0 340 0
106. Delivery note pad 10 x 7 H/finish paper 55gram 10 55 550
107. Partogram pad 10 x 6 ½ H/finish paper 55gram 0 60 0
108. Patient informed consent form No.1 10 x 8 H/finish paper 55gram 0 50 0
109. Tasurati Form 11 x 8 H/finish paper 55gram 50 90 4500
110. Permission form for
operation
No.2, 10 x 8 H/finish paper 55gram 0 55 0
111. Permission form for
Anaesthesia
No.3, 10 x 8 H/finish paper 55gram 0 55 0
112. Pre Anaesthesia Pad 13 x16 H/finish paper 55gram(Both side
printing)
100 130 13000
113. Histopathology Lab. Form (FNA Procedure) 11 x 9 H/finish paper
55gram
0 70 0
114. Histopathology Lab. (referral) form 11 x 9 H/finish paper 55gram 0 70 0
115. Consent form blood
component
transfusion 10 x 8 H/finish paper 55gram 100 90 9000
116. Donor consent form pad 8 x 6 ½ H/finish paper 55gram(Both side
printing)
50 44 2200
117. Transfusion Reaction
Report
10 x 8 H/finish paper 55gram 0 50 0
118. Blood Requisition Form 10 x 7 H/finish paper 55gram (Both side
printing)
180 60 10800
119. Cansent from 13x1/2 x17 68 grams 100 150 15000
120. Permission Form for
hospital admission
No.5, 10 x 8 H/finish paper 55gram 100 90 9000
121. Chemotherapy pad 13 ½ x 8 ½ 68 grams 50 80 4000
122. High Risk Medication 10 x 8 H/finish paper 55gram 0 55 0
123. Gynae File Fine quality with eye hole on with hospital
monograme as per sample ) size ½ x 13 ½
gm imported card with tape in centre
100 22 2200
124. Blood Sugar Pad 13x 8 ½ 68gram H/finishing paper 100 90 9000
125 Death summary pad 13x 8 ½ 68gram H/finishing paper 100 110 11000
126 CCi form pad 13x 8 ½ 68gram H/finishing paper ( both
side printing)
115 10 11500
127 Bin card Medicine +equipment 5 ½ x 9 210 gram 1000 6 6000
128 Medical request form 13 x8 ½ 68 grams H/finishing one side print 50 115 5750
Total Amount 1,4721,93
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Tender for Purchase of Stationary Items for the Financial Year 2020-2021
INVITATION FOR BIDS
Tender Price Non-refundable Rs.1000/-
Last date and time of receiving of tender 07.07.2020 AT 11.00 AM
Date and time of opening of tender 07.07.2020 AT 11.30 AM
Call deposit 3% bid security of the of estimated price in the form of CDR /Bank Draft
Venue Conference Room
Social Security Teaching Hospital Multan Road Lahore invites sealed bids / tenders
from Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals, the
well reputed firms for the supply of Printing items at Social Security Hospital on free delivery to
Consignee’s end basis.
1. Interested eligible bidders may get the bidding document from the office of Account
Officer SSHL on submission of written application along with payment of non-refundable fee of
Rs.1000/- (only). Bidding documents shall be issued up to (10.30 am) only during working hours.
2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the
estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in
favor of Medical Superintendent SSHL is required to be submitted with the financial bid, without
which the offer shall be rejected. However copy of CDR will be attached with technical proposal.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on (07.07.2020) till 11:00 am positively. The bids received till the stipulated
date and time shall be opened on the same day at 11:30am in the presence of the bidders or
their authorized representative.
4. No offer shall be considered if:-
• Received without Call Deposit (CDR)
• Received after the date and time fixed for its receipt.
• The Tender is unsigned.
• The offer is ambiguous.
• The offer is conditional.
• The offer is by telegram.
• The offer is from a firm black listed, or suspended.
• The offer received with shorter validity than required in the tender inquiry.
5. The bidders are requested to give their best and final prices, as far as possible.
MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE
TENDER OF STATIONARY ITEMS
TERMS & CONDITIONS
• The tender should be sent in the name of Medical Superintendent, Social Security Hospital, Lahore.
• The tender will be opened in the presence of tender representatives/bidders on 07.07.2020 at 11:30 AM after receiving from the bidders on the same day.
• All the procurement procedures will be strictly according to the PPRA rules,2014. • Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall
be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non- responsive shall be returned un-opened to the respective bidders.
• The bidders will deposit 3% of estimated price of quoted items as bid security/deposit at call which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).
• Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.
• The bidders are requested to write make, model and brand of concerned items while giving the rates. Without make model or conditional tender will not be accepted.
• In case the offering firm has not its own printing press and will print the material from other press, the firm should submit the “authority letter” from other press and no delay in supplies will be accepted.
• The successful bidder will provide 10% performance security of the value of award letter. • All the taxes will be levied as per Government laws and all the rates should be given
including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.
• The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly and numbered serially signed at the bottom.
• The blacklisted firms are not allowed to participate in the tender. • The bidders will have to provide samples of all the items (stationery as well as printing
PAPER OF EACH GRAMMAGE) with the technical bid. In case of failure, the institution reserves the right to cancel the participation of firm in the tender.
• The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the preceding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.
• No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bids that do not change the substance of the bid.
• The quantities mentioned in the tender are estimated quantities and can be increased or decreased according to need at the time of issuance of supply orders.
• The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Printed books with numbers and logo of hospital if found not according to specifications will not returned back and the firm will replace unconsumed stores without any further charges.
• The supplies shall be delivered within 15 days w.e.f the next date of issue of supply order. • In case of late supply from the prescribed date, half percent weekly or two percent
monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason / excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.
• If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.
• In case of partial or non-supply of any or few items of the supply order, amount equal to the amount of order of those items will be forefieted. Moreover, half percent weekly or two percent monthly penalty will be deducted from the security and the firm may be black listed.
• Inspection authority will be the Inspection Committee of the hospital. Inspection on receiving the consignment will be done.The committee will be responsible for inspecting the consignment to certify that items are in accordance with the specifications of supply order.
• Any of the total bids can only be rejected on the basis of evaluation criteria,though; • The M.S Social Security Hospital, Lahore may reject all bids at any time prior to
acceptance of bid or proposal. • The M.S, Social Security Hospital, Lahore shall upon request communicate to any
bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
• In case of dispute, decision of M.S Social Security Hospital shall be final.
MEDICAL SUPERINTENDENT SOCIAL SECURITY TEACHING HOSPITAL
MULTAN ROAD LAHORE
INSTRUCTION TO BIDDERS
GENERAL INSTRUCTIONS
1. Eligible bidders:
1.1 This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers /Sole Agents
of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis.
1.2 The bidder must possess a valid authorization from the Foreign Principal / Manufacturer and in case
of manufacturer, they should have a proof that they are the original manufacture of the goods .
THE BIDDING PROCEDURE
2. Single Stage – Two Envelopes Bidding Procedure shall be applied:
2.1 The bid shall comprise a single package containing two separate envelopes. Each envelope shall
contain separately the Financial Proposal and the Technical Proposal.
2.2 The envelopes shall be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in
bold and legible letters to avoid confusion.
2.3 Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.
2.4 The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the
hospital without being opened.
2.5 The hospital shall evaluate the Technical Proposal, without reference to the price and reject any
proposal which do not conform to the specified requirements.
2.6 During the technical evaluation, no amendments in the technical proposal shall be permitted.
2.7 The Financial Proposals of bids shall be opened publicly at a time, date and venue to be
announced and communicated to the bidders in advance.
2.8 After the evaluation and approval of the technical proposal, the hospital shall at a time within
the bid validity period, publicly open the financial proposals of the technically accepted bids only.
2.9 The financial proposal of bids found technically non-responsive shall be returned un-opened to
the respective bidders.
2.10 The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
3. Content of Bidding Documents
3.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding
documents. In addition to the Invitation for Bids, the bidding documents shall include:-
• Instructions to bidders
• Schedule of Requirements
• Technical Specifications
• Contract Form
• Manufacture s Authorization form
• Proprietary Certificate in case of sole manufactured /imported items.
• Bid Form
• Price Schedule
• Manufacturing License
• Price Reasonability Certificate
• Certificate on Stamp Paper of worth Rs.100/-
• General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2014.
3.2 The bidder is expected to examine all instructions, forms, terms, and specification in the bidding
documents.
3.3 Failure to furnish all information required by the bidding documents of to submit a bid not
substantially responsive to the bidding documents in every respect shall be at the bidder’s risk and
may result in the rejection of its bid.
4. Clarification of Bidding Documents:
4.1 A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in
writing at the Procuring Agency’s address indicated in the invitation for bids.
4.2 The Procuring Agency shall respond in writing to any request for clarification of the bidding documents,
which it receives not later than ten (10) days prior to the deadline for the submission of bids prescribed
in the invation for bids .
4.3 Written copies of the Procuring Agency response (including an explanation of the query but without
identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding
documents.
5. Amendment of Bidding Documents:
5.1 At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective bidder may modify the
bidding documents by amendment.
5.2 All prospective bidders that have received the bidding documents shall be notified of the amendment
in writing and shall be binding on them.
5.3 In order to allow reasonable time to prospective bidders in which to take amendment into account in
preparing their bids, Procuring Agency, at its discretion, may extend the deadline for the submission
of bids. Amendment notice to that effect shall be communicated in the same manner as the original
invitation to bid .
PREPERATION OF BIDS
6. Documents Comprising the Bid: The bid shall comprise the following components:
6.1 Bid Form and Price Schedule completed in accordance with instruction to bidder is to be submitted
along with financial proposal.
6.2 Documentary evidence established in accordance with instruction to bidders that the bidder is eligible
to bid and is qualified to perform the Contract if its bid is accepted;
• 6.3 Documentary evidence established in accordance with instruction to bidders that the goods to be
supplied by the bidder are eligible goods and conform to the bidding documents.
6.4 Bid Security, if any furnished in accordance with instruction to bidders,
7. Bid Form & Price Schedule:
7.1 The bidders shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding
documents, indicating the goods to be supplied, a brief description of the goods, their weightage, quantity
, and prices.
8. Bid Prices:
• The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under
the Contract.
• Form for price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction
must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages
of bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker.
• The bidder should quote the prices of goods according to the strength/technical specifications as
provided in the Form of price Schedule and Technical Specifications. The specifications of goods,
different from the demand of bid enquiry, shall straightway be rejected.
• The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST)
and other taxes and duties, where applicable. If there is no mention of taxes, the offered/quoted price
shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or
reduction in the GST or other taxes shall be passed on to the Hospital.
• While tendering your quotation, the present trend/ inflation in the rate of goods and services in the
market should be kept in mind. No request for increase in price due to market fluctuation in the cost
of goods and services shall be entertained
• Price should be quoted in pak Rupees.
9. Documents Establishing bidder’ S Eligibility and Qualification:
9.1 The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to bid
and its qualifications to perform the contract if its bid is accepted.
• The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction
that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the
bidders.
• The documentary evidence (to be submitted in the technical proposal) for the purpose of qualification
and technical evaluation shall include.
• The Supplier Agent shall have to produce letter of authorization from Manufacturer and in case of
Manufacturer, documentary proof including manufacturing license/ registration certificate, to the
effect that they are the original manufacturer of the required specifications of goods, shall be
provided.
• National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) and price reasonability
certificate if necessary with documentary proof shall have to be provided by each bidder in the tender.
• The bidder shall submit an affidavit on legal stamp paper of Rs.100/- that their firm is not blacklisted
on any ground by any Government (Federal/provincial/District),a local body or a public Sector
organization. The bidder shall be debarred from bid on account of submission of false statement.
• The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that
the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum
for the last one Year. Documentary proof shall have to be provided in this regard.
• The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial
number for which they have quoted their rates in the Financial Proposals.
• The bidder must indicate the registration number, country of origin of good, capacity of production
of firm, its financial status and necessary assurance of quality production certificates .
• The bidder shall provide firms balance sheet, latest tax paid ,audit inspection report (if under taken
) and atleast one –year bank statement .
10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:
10.1 Pursuant instruction to the bidder shall furnish along with Technical Proposal, as part of its bid,
documents establishing the eligibility and conformity to the bidding documents of the good, which the
bidder proposes to supply under the Contract
10.2 The documentary evidence of the eligibility of the goods shall consist of statement in the price
schedule of the country of orgin of the goods offered,with certificate of orgin issued by the Manufacture
.
10.3 Submission of sample: if so requried by the technical committee ,to be recorded in writing , the
bidder shall provide sample of all stationary items as well as paper samples for printing items.
11. Bid Security:
11.1 The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in
the name of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained
by the hospital and will be returned after successful completion of the contract.
11.2 The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which
would warrant the Security’s forfeiture, pursuant to instruction to bidders.
11.3 The Bid Security may be forfeited:
• If a bidder withdraws its bid during the period of bid validity
• In the case of a successful bidder, if the bidder fails:
(i) To sign the Contract in accordance with instruction to bidders. OR
(ii) To complete the supplies in accordance with the General Condition of Contract.
12. Bid Validity:
12.1 Bids shall remain valid for the period of 90 days after the date of opening of Technical Bid,
prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
12.2 The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the
stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing,
if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their
respective bid validity period. Such extension shall be for not more than the period equal to the period of the original
bid validity.
12.3 bidders who-
• Agree to the Procuring Agency request for extension of bid validity period shall not be permitted
to change the substance of their bids; and
• Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids
without forfeiture of their bid Securities (earnest money).
13. Format and Signing of Bid:
13.1 The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be
typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract.
The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
13.2 Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or
persons signing the bid.
13.3 All bidding documents to be duly attested and signed by the authorized person of company .
14. Sealing and Marking of Bids:-
14.1 The envelopes shall be marked as Technical Proposal and Finanical proposal” in bold and legible letters to
avoid confusion. The inner and outer envelopes shall:
• Be addressed to the Medical Superintendent NSSSHL and;
• Bear the name and number indicated in the Invitation for Bids and Bids shall be inscribed by following
sentence “ DO NOT OPEN BEFORE”.
14.2 The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be
returned unopened in case it is declared as “non-responsive” or “late”.
14.3 If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the
hospital shall assume no responsibility for the bid’s misplacement or premature opening.
15. Deadline for Submission of Bids:-
15.1 Bids must be submitted by the bidder and received by the Procuring Agency, no later than the time and date
specified in the Invitation for Bids.
15.2 The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by
amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations
of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
16. Late Bid:-
16.1 Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned
unopened to the bidder Procuring Agency.
17. Withdrawal of Bids:-
17.1 The bidder may withdraw its bid after the bid’ s submission and prior to the deadline prescribed for
submission of bids.
17.2 No bids may be withdrawn in the interval between the deadline for submission of bids and the expiration of
the period of bid validity specified in instruction to bidders.
17.3 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurement
for a period deem necessary by purchase committee
OPENING AND EVALUATION OF BIDS
18. Opening of Bids:-
18.1. Initially only the envelopes marked “TECHNICAL PROPOSAL” shall be opened in the presence of bidders’
representatives who choose to attend the meeting at time and date specified in invitation in bids
. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance.
However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being
opened and till completion of the evaluation process.
18.2 The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details
if considered appropriate by Procuring Agency shall be announced at the opening of technical proposal. No bid shall
be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the bidder.
However, at the opening of Financial proposal (the date, time and venue would be announced later on), the bid
prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details. If considered
appropriate shall be announced.
18.3 On Opening financial bids found without Bid Security (Earnest Money) shall also be returned unannounced to
the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the bidder,
statement / reason on such bids shall be recorded.
18.4 The minutes of the bids opening (technical and financial) shall be recorded.
19 Clarification of Bids;-
19.1 During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification of its bid.
The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid
shall be sought, offered, or permitted.
20. Preliminary Examination;-
20.1. All the bids shall be examined to determine whether they are complete, whether any computational errors
have been made, whether required sureties have been furnished, whether the documents have been properly
signed, and whether the bids are generally in order.
20.2 In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price
shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the Errors, its bid
shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the
amount in words shall prevail.
20.3. Prior to the detailed evaluation, pursuant instruction to the bidder the procuring Agency shall determine
the substantial responsiveness of each bid to the bidding documents .For purposes of these Clauses ,a substantially
responsive bid is one which conforms to all the terms and conditions of the bidding documents without material
deviations .perviation s from, or objections or reservations to critical provision shall be deemed to be a material
deviation for technical proposals . The procuring Agency”s determination of bids responsiveness is to be based
on the contents of the bid its self without recourse to extrinsic evidence.
20.4 Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material
deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .
20.5 .If a bid is not substantially responsive , it shall be rejected and any may not subsequently be made
responsive by the bidder by correction of the non conformity .
21 Evaluation & comparison of bids:-
21.1 Substantially responsive bid shall be evaluated and compared.
21.2 The evaluation of technical proposal /bid shall be on the basis of previous performances , previous
business reports , previous experience , financial soundness and such other details as the authority ,at its
discretion , may considered appropriate ,shall be considered .however ,the evaluation of the financial proposal
shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid
security ,
21.3. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth
in these bidding documents.
21.4. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,
regulations and policies that are in force at the time of issue of notice for invitation of bids.
22. Evaluation Criteria:-
22.1 For the purposes of determining the lowest evaluated bid, facts other than price such as performances,
previous experience, financial soundness and such other details as the authority, at its discretion many consider
appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/
criteria shall be applied for the TECHNICAL PROPOSALS. the number of points allocated to each factor shall be
specified in the Evaluation report
22.3 After technical evaluation is completed, the bidders who have submitted proposals evaluation criteria
shall be informed about the technical scores obtained by their technical proposal, and shall notify those bidders
whose proposal did not meet the minimum qualifying mark which is 65% or were considered non-responsive, that
their financial proposals shall be returned unopened after completing the selection process. It shall be
simultaneously notified in writing to the bidders that they have secured the minimum qualifying marks, the date,
time and location for opening the financial proposals. Bidder’s attendance at the opening of financial proposals is
optional.
22.4 Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose
to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial
proposal. of the bidders who met the minimum qualifying marks shall then be opened and the quoted price read
aloud and recorded if appropriate.
SOCIAL SECURITY TEACHING HOSPITAL MULTAN ROAD LAHORE
Passing Marks = 70
EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF PRINTING ITEMS
SR. # ASSESSMENT PARAMETERS MARKS
• Physical report Quality of material
10
• NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05
10
• Financial Soundness of the firm • Income tax paid certificate= 08 • Balance Sheet = 12 or • Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms
20
• Establishment of company/firm with reference to the Services. • More than 05-years =20 • 03-05 years =15 • 01-03 years =10
20
• Past performance of the bidder with Hospital • Execution of supply order 100% • Execution of supply order 50% • Execution of supply order less than100%
and more than 50%
10 10 05 08
• Overall reputation Certificate in reference to the Services • Private Sector + Public Sector =10 • Public Sector =05 • Private Sector=05
10
• Undertaking on judicial paper that • firm is not blacklisted in any Govt./Autonomous Body
in last two years
20
TOTAL 100
Name of the Bidder No. of item
Name of item
Signature & Stamp
CHECK LIST
Sr. No. /Page No. of the YES OR NO
Tender Submitted
• Receipt
• Copy of national identity card
• Call deposit
• Suppliers authorization letter
• Price reasonability certificate
• Price list (duly attested)
• Sole proprietary certificate in case of items of Propriety nature.
• Letter of authorization from the manufacture / foreign Principal
in case of sole agent/ importer.
• Certificate on stamp paper Rs.100 duly filled
• Certificate of national tax number
• Samples of quoted item
• Technical bid (separate envelop)
• Financial bid (separate envelop )
• Copy of the technical bid on the CD in Excel format along with the
written technical offer in the technical Proposal. (Technical
proposal envelope)
• Copy of the financial bid on the CD in Excel format along with the
written financial offer in the financial
Proposal. (Financial proposal envelope)
Signature of the bidder:
Stamp of the firm;
CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-
1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of
your tender enquiry due for opening on for the supply of printing items for NSSSH
as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement
Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence
of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of
liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up
the delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous in institution in the financial year 2018-2019 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
4. Certified that the firm will replace the items free of cost in case if not supplied according to specifications
mentioned in supply order.
5. We are not defaulter/black listed of any Government/autonomous institution at any time.
Name of bidder
Signature
Company stamp
FIRM BIODATA
NAME OF THE FIRM
NAME OF THE AUTHORIZED PERSON
(Authority letter must be attached)
SIGNATURE OF THE TENDERER _
POSTAL ADDRESS
TELEPHONE NO. OFFICE MOBILE NO.
SALES TAX REGISTRATION NO.
N.I.C NO.
NTN.
STAMP OF THE FIRM
BID FORM
DATE:
NO.
TO
The Medical Superintendent S.S.H Multan Road Lahore.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period. Until a formal contract is prepared and executed, this bid, together with
your written acceptance thereof and your notification of award shall constitute a binding contract
between us.
We understand that the procuring Agency is not bound to accept the lowest or any bid.
Name: _
Signature:
Stamp of the Firm:
TENDER FOR STATIONARY FOR THE YEAR, 2020-21
Sr.
No.
Name of item Specification Estimate
Quantity
Estimate unit
price
Estimated
Price
1 Calculator for
officers
12-digits (Casio
dj120 Original
japan, Citizen
C.T 912original
japan, or
equivalent)
06 1000 6000
2 Calculator for
other
department
Casio MJ 120,
Citizen CT 500 or
equivalent
06 250 1500
3 Diary stand plastic 0 300 0
4 Scotch tape 50yards 12 50 600
5 Scotch tape small size 0 15 0
6 Fine quality
Dak Pad
(maximum for
flap pad) as per
sample Dak Pad
06 310 1860
7 Thumb pin/drawing
pin
50-pin pack 0 12 0
8 Pen stand marble 7x4 0 160 0
9 Damper Plastic 10 20 200
10 Marker Highlighter highlighter
golden, silver
marker
(Mercury,
Dollar, Sensa or
equivalent )
100 22 2200
11 Attendance
Register
8x13size 150
pages 68gm
paper
5 135 675
12 Ball pencil blue, black and
red (Piano click
0.8mm, Picasso,
Dollar clipper )
60000 07 42000
13 Common Pins size No.2 (2 oz
weight) fine
point
300 13 3900
14 Carbon paper KCR, Ruby,
Dollar, Butterfly
or equivalent
60 300 18000
15 Envelopes Kraft 80gm white size
9x4
1500 0.75 1125
16 Boarded file
double
fine board solid
hard
250 30 7500
17 File board with
flapper
9 ½ x 13 ½ size 500 16 8000
18 Gum size 142gm
(Nafees, Crystal
or equivalent
55 15 825
19 Ink (Stamp pad ) small violet/red(
Butterfly, Crystal
or equivalent)
50 24 1200
20 Fountain Ink all
color
blue/red, black
large size
(Dollar, Nafees
or equivalent)
12 19 228
21 Lead pencil (Oro-premia, Goldfish-
autocrat HB, Dollar, or
equivalent)
220 7 1540
22 Marker No.90/70 cut
marker(Dollar, Deer,
Mercury, or equivalent)
350 24 8400
23 Paper cutter (knife type) 1 33 330
24 Ruled register narrow line 68gm 200
pages 8 x 13
300 77 23100
25 Stapler pins No.369 Dollar, Picasso,
Opal, or equivalent
300 15 4500
26 Stapler SDI, Opal, MAX or
equivalent No.369
15 140 2100
27 Stapler remover SDI, Opal, MAX or
equivalent
10 30 300
28 Single Punch Local or equivalent 10 75 750
29 Lace 12” size (200 Guchi) 100 25 2500
30 Lace 6” size (200 Guchi) 100 16 1600
31 Dispatch registers 300 pages (8 x 13) 68 gm
Royal, Kohinoor, Friends,
or equivalent
10 200 2000
32 Diary registers 300 pages (8 x 13) 68 gm
Kohinoor, friends,
Rizwan, or equivalent
12 160 1920
33 Stamp pad small ( Butterfly,
Crystal, DK, or
equivalent)
50 39 1950
34 Double punch Equivalent (for 12-sheet
punch)
12 169 2028
35 Paper clip 26mm size (Pkt.) 5 18 90
36 Pin cushion fine tin type plastic 15 20 300
37 Computer paper Rim A4 (Double A) 500sheet
80 gm
180 600 108000
38 Computer paper Rim legal (Double A)
500sheet 80 gm
55 650 35750
39 Sharpener Dux/Deer/ True, or
equivalent
60 6 360
40 Rubber soft Dux/Deer/ Shark or
equivalent
50 6 300
41 Noting sheets Fine quality Rim 68gm
imported Legal size,
400 sheets
0 444 0
42 Ball point (pointer) Dollar/Mercury /Piano
fineliner, or equivalent
60 20 1200
43 Gel pen Dollar/ M&G / Piano/
Dux, or equivalent
50 33 1650
44 Peon Book 5 ½ x8 68gm paper 200 7 47 329
leaves
45 Photocopy Paper A4 rim Local/Imported
400 sheets
10 380 3800
46 Photocopy Paper Legal size rim
Local/imported
If required 344
47 Glue stick Sensa or equivalent
Sunwood
If required 35 0
48 Box file First/Sensa or equivalent 05 250 1250
49 Separator Local/imported 05 set 42 210
50 Sub Ledger 1000 pages Kohinoor/
Lion/ Rizwan or
equivalent
01 1800 1800
51 General Ledger 1000 pages Kohinoor/
Lion/ Rizwan or
equivalent
01 1600 1600
52 Cash Book 800 Leaves Kohinoor/
Lion/ Rizwan or
equivalent
01 1000 1000
53 Gel Pen for officers Pilot Grip V7, Piano or
equivalent
If required 70 0
54 Computer paper A4 Size (for IT
department)
AA/BLC/PPC
If required 544 0
55 Sticking notes Small 10 10 100
56 Patient file plastic Double clip 100 70 700
57 Glaze paper ( Blue) 27x47,55 gm 0 02 0
58 Envelopes Kraft 80 gm white size 9x4 500 1.50 750
59 Envelopes Kraft 80 gm file size 200 2 400
60 Rough pad 80 sheets 8 ½ “ x 13 “ 68 gm
imported paper 100
sheets
50 75 3750
61 Table dairy Friends, sham or
equivalent
06 69 414
62 Table set ( Marble
63 Fountain pen Fine quality
OVX/Dollar/Dux
12 36 432
64 Scale steel Fine quality large size 30 20 600
65 Photocopy paper Legal size rim
Local/Imported
66 Envelope Brown 10x12 Printed If required 10 0
67 Dark Envelop Brown printed 500 01 500
68 Envelopes Kraft 80 gm 15x10 500 2 1000
69 Leave register 300 pages 8 ½ 13 ½ 68
grams
10 300 3000
Total Amount 324,416