the punjab employees social security … · 2019. 6. 14. · page 2 of 58 the punjab employees...
TRANSCRIPT
Page 1 of 58
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF SMALL
MEDICAL APPLIANCES (SURGICAL, DISPOSABLE)i.e. Dental, Orthopedics Implants
etc.
Page 2 of 58
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL,
DISPOSABLE) i.e. Dental,Orthopedic Implants etc. for the year 2019-2020
Cost Rs. 1000/-NON REFUNDABLE DUE DATE: ____________
1. Name of Bidder/Firm ----------------------------------------------------------------- 2. Name of authorized representative ______________________________________
3 Address ______________________________________
______________________________________
4. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder: _______________
Dated: __________________________
Stamp: __________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk: _________________________________________
Signature of Officer: _______________________________________________
Page 3 of 58
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATEOFRECEIPT: 03.07.2019 (09:00AM) DATE OFOPENING: 03.07.2019 (10:00AM) DATE OFFINANCIALBIDOPENING: 29.07.2019 (10:00AM) Contract Period. 01- Year after issuance
Of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: -TERMS & CONDITIONS REGARDINGSUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e. Dental,Orthopedic Implants etc.
Technical specifications for Supply of SMALL MEDICAL APPLIANCES
(SURGICAL, DISPOSABLE) i.e. Dental,Orthopedic Implants etc. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019 M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 58
SCHEDULE OF REQUIREMENT Technical Bid
S.N Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
Anesthesia
1 Oropharyngeal Air way
All Sizes Procare/Equivale
nt
2 Butter Fly Needle
All Gauges JMSEquivalent
3
I.V Cannula with wings & Injection ports. Registered by Ministry of Health
14,16,18,20,22 gauges
AdvantaB BraunEquivalent
4
I.V Cannula with wings & Injection ports. Registered by Ministry of Health
24 gauges B Braun
equivalent
5 NG Tubes All sizes Covidien dover
equivalent
6 Rebreathing Bag
0.5,1,2,2.5,3,4,5 Liter
Intersurgical Equivalent
7 Suction Catheter
All Sizes FlexicareEquivale
nt
8 Suction Tube
Disposable China Equivalent
9 3-Ways Stop Cock
All Size China Equivalent
10 Spinal Needle (cutting)
All Sizes SpinomexEquival
ent
11 Spinal Needle (pencil point)
All Sizes B.D/ Equivalent
12 ETT with cuffed (Red Rubber)
All Sizes UK/ Equivalent
13 ETT without Cuffed (Red Rubber)
All Sizes UK/ Equivalent
14 ETT with Cuffed (Disposable)
All Sizes Flexicare/ Equivalent
15 ETT without Cuffed (Disposable)
All Sizes Flexicare/Intersurgical/ Equivalent
16 Face Masks Anesthesia (Black Rubber)
All Sizes UK/ Equivalent
Page 5 of 58
17 I.V Chamber Registered by DRAP
100ml Unison /
Equivalent
18 Steri Gauges for auto clave
Strip KMN,3M/ Equivalent
19 Auto Clave Tape
Roll 3M/ Equivalent
20 Anesthesia Filter (Plain)
Intersurgical, or
Flexicare Equivalent
21 Elbow Connection for E.T.T
UK Equivalent
22
Tracachostmy Tube (Auto Cleavable) with cuff
All Sizes UK Equivalent
S.N NAME OF ITEM Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
23 Anesthesia Circuit
FlexicareIntersurgicalEquivalent
24 Closed breathing circuit
FlexicareIntersurgical Equivalent
25 Bain Circuit
All Size FlexicareIntersurgical Equivalent
26 Laryngeal Mask Anesthesia (LMA)
All Size
Ningbo Luke Medical Devices
Co LTD Equivalent
27 Disposable Tracheostomy Tube without cuffed
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
28 Disposable Tracheostomy Tube with cuff
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
29 Dial-A-flow
All Size HTT Co
Equivalent
30 Instrument disinfectant solution
2 Ltr AntisepticaAtco
Equivalent
31 Surface disinfectant solution
5 Ltr AntisepticaAtco
Equivalent
Page 6 of 58
32 Hand Disinfectant Solution
1000ML AntisepticaAtco
Equivalent
33 Ambo Bag
All Size Flexicare,Intersurgical Equivalent
34 Epidural Set with spinal pencil point needle
16G,18G,27G
Ningbo Luke Medical Devices
Co Ltd Equivalent
35 Epidural Set without pencil point spinal needle
16G,18G,27G
Ningbo Luke Medical Devices
Co Ltd Equivalent
36 Epidural Catheter with filter only
16G,18G, Ningbo Luke
Medical Devices Co Ltd Equivalent
37 Insulated Needle for Nerve Block
All Size B.Braun
Equivalent
38 Cord Clamp
Disposable Plasti Med Equivalent
39
B.P cuff With Blader for Cardiac Monitor
Original Yamasu
Japan Equivalent
40 Stimuplex A,30o,
22Gx2 0.70x50mm
21Gx4 0.80x100mm
B Braun equivalent
S.N Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
41 Oxygen Nasal Cannula
China Equivalent
42 Ultra sound Gel
(Imported) (Imported) 5Ltr
43 Ultra sound Gel
Local Local Best
Quality 5Ltr
44
Ultrasound paper U PP 110 HG Type V High glossy Original
110 x 18m Sony Equivalent
45 Ultrasound paper Type I(Normal) UPP-110S
110x18m Sony Equivalent
Page 7 of 58
110mmx20m Original
46 Ultrasound Paper
K-61 B-65 HM Mitsubishi Equivalent
47 ECG Roll 50mm x 30
mm China Equivalent
48 ECG Roll
A4 Size China Equivalent
49 ECG Roll
63x30 China Equivalent
50 ECG Electrode Chest
Disposable China Equivalent
51 CTG Thermal Paper for CTG Machine
Basmed
Equivalent
52 Lumbo Sacral Corset
All Sizes MAMA
Equivalent
53 BP Watch
Original Yamasu
Japan Equivalent
54 BP Bulb
Original Yamasu
Japan Equivalent
55 BP Cuff with Bladder
Original Yamasu Japan Equivalent
56 Cellona Cotton
All Size China Equivalent
57 Oxygen Mask with Tube
Small, Large Flexicare
Equivalent
58 Mercury
Kg China Equivalent
59 Mini Spike with Filter for IV Infusion
B
BraunEquivalent
60 Pressure Tube for Infusion Pump
China/Equivalent
61 Non-woven fabric dressing roll
10cmx10m Advent oxymax
equivalent
62 Grumets Ventilation
Tube (for use in ear)
SN Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern
Page 8 of 58
Technical Member
63 Shanz’s Nasal Splint For use in
Nasal Surgery
64 Merocele (Nasal Packing)
For use in Nasal Surgery
65 Electric Cautery Lead (Three Pin)
Local Equivalent
66 Electric Cautery Lead (Single Pin)
Local Equivalent
67 DCR Tube
All Size NIL
68 B.P Apparatus (mercury)
Original Yamasu Japan Equivalent
69 Stethoscope
China Equivalent
70 I/V Set Registered by DRAP
Disposable Medi Set
Equivalent
71 Apron Plastic OT
All Size China Equivalent
72 Paper Tape 1" Adventa health
Equivalent
73 Paper Tape 2" Adventa health
Equivalent
74 Paper Tape 3" Adventa health
Equivalent
75 Opsite Dressing
All Size BSN Equivalent
76 Tongue Depressor Disposable
Pkt of 100 China Equivalent
77 Syringe Cutter (Complete Stainless Steel)
Local Best Quality
Pak Made Equivalent
78 Vaseline Pure
Kg Local Equivalent
79 Disposable Abdominal Sponges
All Size Local Equivalent
80 Suspensory Belt
All Size Local Equivalent
81 Barium Sulphate
China Equivalent
82 EB Cannula Endometrial Biopsy
All Size NIL
83 MVA Kit Adopter with 8 Cannulas
Imported
Equivalent
Page 9 of 58
84 Face Masks Disposable Pkt of 50 China Best
Quality Equivalent
85 Hydrogen Peroxide
450ml Spectrum Equivalent
86 Liquid Paraffin
400ml Local Equivalent
87 TencherBenzoic
450ml China Equivalent
SN Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
88 Skin Traction
Small, Large Blue Bird
Equivalent
89 Shoulder sling All Size Gulsons
Equivalent
90
Disposable Surgical Kit for Hepatitis B and C + VE
Complete Kit China Local Equivalent
91 Cervical Collar Soft
All Sizes Blue Bird
Equivalent
92 Cervical Collar Hard
All Sizes Blue Bird
Equivalent
93 Stoma Adhesive Paste
96Convatec E97quivalent
94 Spring wound drainage system 400ml with 16FR Trocar
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
95
Chest Bottles with Tube under Seal Water with Set
Pro Care/Med-3/
Equivalent
96 Colostomy Bag with Wafer & Clip
All Size Convatec Equivalent
97 Colostomy Belt
All Sizes Convatec Equivalent
98 Duederm Gel
Convatec Equivalent
Page 10 of 58
99 Examination Gloves (Unsterilized)
Disposable Latex All Sizes
Box of 100
Safty Malaysia/ Equivalent
100 Surgical Gloves Sterilized
Disposable latex
All Size
Maxitex/comfeel Equivalent
101 Ortho Gloves Sterilized Disposable
Latex All Size
Maxitex Duplex/ Equivalent
102 Mesh Polypropylene
Size 6/11
15/15 30/30
KolisutSietka Mesh/ Equivalent
103 Mepore dressing
All Size Advanta / Equivalent
104 Ted Stocking
All Sizes (Pair) Sanyleg Italy/
X-Med/Equivalent
105 Liga Clips All Size Welfare UK,
Genicon USA/ Equivalent
106 Sprit AmmoniaAromatic
400ml Local/ Equivalent
SN Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
107 Endoclinch/Fenestrated Grasper for (Laparoscope)
5mm x 330mm Genicon USA/
Equivalent
108 Maxi grip Fenestrated Grasper for (Laparoscope)
5mm Length 330mm
teeth/ratchet
Genicon USA/ Equivalent
109 Maryland Dissector for (Laparoscope)
5mm,Length Genicon USA/
Equivalent
110 A traumaticFenestrated Grasper for (Laparoscope)
5mm,Length 330mm
(Disposable)
Genicon USA/ Equivalent
111 Babcock Grasper for (Laparoscope)
5mm,Length 330mm
(Tooth) with ratchet
(Disposable)
Genicon USA / Equivalent
112 Laparoscopic Needle 5mm,Length Healthicon UK /
Page 11 of 58
holder cvd/str (Reusable)
300mm Equivalent
113 ABG Machine Kits &GasCylinder
114 Liga Clip Applicator Laparoscope Applicator
10mm,Single Action,
(Reusable) size Small,Medium,Medium/large,Larg
e
Genicon USA Johnson & Johnson/
Equivalent
115 Surgitie ligating loop laproscopic
5mmdisposable Johnson&Johnso
n equivalent
116 Hemorrhoid ALRubber band
Johnson & Johnson/
Equivalent
117 LigasureLaparoscopic Maryland Vessel Sealant
5mm Johnson &
Johnson/USA/ Equivalent
118 LigasureVessel Sealant for Thyroid Surgery
Johnson & Johnson/USA/
Equivalent
119
LigasureVessel Sealant for open surgery
Johnson & Johnson/USA/
Equivalent
120 LaparoscopicTelescope 0 degree
Johnson & Johnson/USA/
Equivalent
121
Ligasurevessel Sealant laparoscopic disposable 5mm
122 Specimen Retrieval Bag simple
Ganicon USA/
Equivalent
123 Surgical Blades
All Sizes Feather/ B.Braun/
Equivalent
124 Catgut
All Sizes Johnson & Johnson/
Equivalent
SN Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
125 Black Silk All Sizes Johnson &
Page 12 of 58
Johnson/ Equivalent
126 Proline All Sizes
Ethicon/ Equivalent
127 Vicryl All Sizes Ethicon/
Equivalent
128 L hook
5mm Healthicon UK /
Equivalent
129 DueDerm Dressing
Convatec/ Equivalent/
130 Optical Trocar
10mm Genicon USA/
Equivalent
Urology
131 C.V.P Line
All Size Arrow/ Equivalent
132 A.V. fistula Set For micro surgery
133 Folly’s Catheter 2-ways All sizes Covidien
Dover/ Equivalent
134 Folly’s Catheter 2-ways (Silicon)
All sizes China Medi/ Equivalent
135 Folly’s Catheter 3-ways All sizes China Classic/
Equivalent
136 Folly’s Catheter 3-ways(Silicon)
All Sizes China /
Equivalent
137 Nalton Drain Catheter
All Sizes China/ Equivalent
138 Urine Bag
2000cc Urobage/YMS/
Equivalent
139 Uretic Catheter 6F open/close tip Cloplast / Equivalent
140 D.J. Stent with guide wire
All Size Marflow/
Equivalent
141 Cutting Loops (Single stem)
All No Karl Storz / Equivalent
142 Cutting Loops (Double stem)
All No Karl Storz / Equivalent
143 Catheter Mount
144 Simple Nephrostomy Tube
Bard/ Equivalent
145 Gastrostomy Peg Tube Bard/ Equivalent
Page 13 of 58
146 Optical Urethrotomy Set
147 Litho Punch
148 Cold knife (Single Stem)
Karl Storz / Equivalent
S.N Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
149
Cold knife (Double Stem)
Karl Storz / Equivalent
150 PCN Set
Bard Equivalent
151 Supra Pubic Catheter set
All size Bard/ Equivalent
152 Monopty Gun
All size Bard/ Equivalent
153 Colin Knife
Karlstorz Karl Storz / Equivalent
154 True Cut Biopsy Needle
Imported / Equivalent
155 Sure Cut Liver Biopsy Needle
Imported / Equivalent
156 Urocut Liver Biopsy Needle
All Sizes Imported / Equivalent
157 Spring Loading Biopsy Needle
All Sizes Vegio Italy/ Equivalent
158 Ingram Supra Pubic Catheter with Trocar
Bard/ Equivalent
159 Sponges Stone
All Size Spongel/
Equivalent
160 Skin Stapler
All Size Halthicon UK/
Equivalent
161 Skin Staple Remover
All Size Halthicon UK/
Equivalent
162 Scalar with tips
Page 14 of 58
163 Hand Piece spray
164 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)
( H & K)
Dident/ Equivalent
165 Burs
Dident/
Equivalent
166 Glass Inomer (Cement)
GE Japan /Equivalent
167 Zinc phosphate Cement
Asia Japan /Equivalent
168 Cavite
169 Pulperyl
Septodent/ Equivalent
170 Cresophene
Septodent/ Equivalent
171 Sodium Hypocloride
S.N Name of Item Specification Companies Packing &
Specification& Company
Remarks & Signature
of Concern Technical Member
172 Non Setting Calcium Hydroxide
173 EDTA (Liquid)
174 Endomethacin
Powder Septodent/ Equivalent
175 Endomethacin
Liquid Septodent/ Equivalent
176 Paper Point + G.P Point
Dident/ Equivalent
177 Inj. Lignocaine Plain
2ml Cartridge Korea/ Equivalent
178 Inj.Lignocaine With Adrenaline
2ml Cartridge Korea /
Equivalent
Page 15 of 58
179 Lignocaine Spray
Korea/ Equivalent
180 Lignocaine With adrenaline Spray
Korea/ Equivalent
181 Dental X-rays Film (Instant)
Yestar/China/ Equivalent
182 Disposable Needle
Dental Korea/ Equivalent
183 Setting Calcium Hydroxide
184 Alvegyl
Septodent/ Equivalent
185 AcosedEndoterra with Disinfectant spray
Acto/ Equivalent
186 Composite filling
187 Barrier Film
188 Endopost Kit
189 Suction tip Disposable
190 Slow Speed hand Piece
191 Pulpotec
ProduitsDentaries SA/ Equivalent
192 Zinc Oxide Eugenol
193 Disposable Napkins
Orthopedic Implants
Sn Name of Item Specification Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
194
Austin-More Prosthesis/Thompson Prosthesis
Local/ Equivalent
195 4.5mm DCPs Narrow
All Holes Local/ Equivalent
Page 16 of 58
196 4.5mm DCPs Broad
All Holes Local/ Equivalent
197 3.5mm Small Fragment DCP
All Hloes Local/ Equivalent
198 1/3 Tubular Plates
All Holes Irene China/ Equivalent
199 3.5mm Cortical Screw Small
Fragment Standard
Irene China/ Equivalent
200 4.5mm Cortical Screw All Size Irene China
Local/ Equivalent
201 6.5mm Cancellous Screw
Irene China / Equivalent
202 4.0mm Cancellous Screw
Irene China/ Equivalent
203 4.5mm Cancellous Screw
Irene China/ Equivalent
204 Washer
Local/ Equivalent
205 K-Wire
Local/ Equivalent
206 K-Nail
All Size Local/ Equivalent
207 T-Butters plates small Fragment
Irene China/ Equivalent
208 T-Butters plates small Standard
Irene China/ Equivalent
209 Condylar Blade Plate 95
All Size Local /Equivalent
210 Dynamic hip Screw with plates
All Size Irene China / Equivalent
211 Bone Cement
Biomet USA/ Equivalent
212 Total Hip Replacement Cemented
Non Cemented Irene China/ Equivalent
213 Total Hip Replacement
Non- " Irene China/ Equivalent
214 Total Knee Replacement
AK Medi/
Equivalent
215 Denham/Steinman pins
Local/ Equivalent
216 External Fixator-Tubular AO Type
Local/ Equivalent
217 Ilizirov leg lengthening Fixator
Local/ Equivalent
Page 17 of 58
218 Naseer-Arwais (NA) leg Lengthening Fixator
Local/ Equivalent
219 Drill Bits
Local Equivalent
SN Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
220 Y-Plates
All Size Irene China/ Equivalent
221 Ace tabular Cage
With Screw Pakistan Made
/Eq uivalent
222 Spoon Plate
223 Undreamed Tibial Nail
All Size Irene China/ Equivalent
224 Interlocking Nail Femur, Tibial Humeral
All Size Local / Equivalent
225 Interlocking Nail Femur, Tibial Humeral (Titanium)
All Size Irene China / Equivalent
226 Interlocking Nail Femur, Tibial Humeral (Stainless Steel)
All Size Irene China / Equivalent
227 Cannulated Screws
All Size Local/ Equivalent
228 Cannulated Screws (Stainless Steel)
All Size Irene China/ Equivalent
229 Cannulated Drill Bits
All Size Local/Equivalent
230 Dynamic Condylar Screw with Plates
All Size Irene China/ Equivalent
231 Clover Leaf Plate
232 Condylar Support plate (Left/Right)
Local/ Equivalent
233 Hip Arthrodesis plate
234 Locking DC Plates Upper limb/lower limb
Local/ Equivalent
235 Locking Cortical Screws
All Size Local/ Equivalent
236 Locking Cortical Screws (Titanium)
All Size Irene China/ Equivalent
237 Knowles Pins
Local/ Equivalent
Page 18 of 58
238 Bi-polar Hip Prosthesis
Irene China/ Equivalent
239 2.5mm Small Fragment Plates
4 to 10 Holes Local/ Equivalent
240 2.5 mm Cortical Screw
Local/ Equivalent
241 Flexible Intra-Medullary Nails/Enders Nail
Stainless Steel,
TITANIUM / Equivalent
242 Malleolar Screw
Local/ Equivalent
243 Cervical Lateral Mass Screw + Rods
244
TranspedicularScrew+Rods (Cervical/thoracic/lambar)
SN Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
245 Retrograde Nail Femur
Irene China/ Equivalent
246 Headless Screw
Local/ Equivalent
247 Custom made THR/TKR
All Sizes
248 Orthofix Fixator
249 Titanium Voctetral Cage
250 Marceline Suture
251 Orthofix Fixator
252 Traction Weight 5kg Each
Local/ Equivalent
253 Wrist with Palm Support
All Sizes Local/ Equivalent
254 Knee Support
All Sizes Local/ Equivalent
255 Ankle, Elbow Support
All Size Local/ Equivalent
Page 19 of 58
ENT
256 SILVER NITRATE FOR
CAUTERY PURPOSE
257 Hearing aid
258 Otoscope ZIESTER
EQUIVALENT
Name of Bidder : ___________
(Sign, & Stamp): ____________
Please furnish satisfactory Performance Certificate from End
User(Surgical and Allied, Anesthetist,)
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract;
(c) Schedule of Requirements;
(d) Contract Form;
(e) Manufacturer’s Authorization Form;
(f) Bid Form; and (g) Price Schedule.
(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds
Page 20 of 58
2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e. Dental,Orthopedic Implants etc.under the relevant head of Account during the financial year 2019-20 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are
the subject of this Invitation for Bids and (b) the term “Services” includes related
services such as transportation, insurance, after sale service, spare Supplies
availability, etc. For purposes of this clause, “origin” means the place where the
Supplies are mined, grown, or produced, or the place from which the related services
are supplied. Supplies are produced when, through manufacturing or processing, or
substantial and major assembly of components, a commercially recognized product is
produced that is substantially different in basic characteristics or in purpose or utility
from its components.
Page 21 of 58
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven(07) daysprior to the deadline for the submission of bids prescribed in the Invitation for
Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence.
Page 22 of 58
8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of Value to influence the action of a public official in the procurement process or in Contract execution; and II. “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and To deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. That the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
Page 23 of 58
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include:
Page 24 of 58
(a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract.
Page 25 of 58
16.2Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) Agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) Bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid.
Page 26 of 58
20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted;
Page 27 of 58
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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.
Page 28 of 58
27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections ofreservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted.
Page 29 of 58
i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from the
Page 30 of 58
iii
3 Year 15 date of registration
3 Bidder's
financial status
i
Bank
Statement OR 8
15 Balance Sheet
ii Tax return 7
4
Copies of valid
Certificate(s)
i NTN 10
50
ii GST 10
iii Professional
Tax 10
iv Authorized
Distributor 20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the Time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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.
Page 31 of 58
31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award
Page 32 of 58
37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants)shall be w.e.f the next date after the date of issue of Purchase Orderi.e. 01.09.2019 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants)beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per weekof the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint.
Page 33 of 58
41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
TERMS AND CONDITIONS OF CONTRACT FOR FY 2019-2020 SMALL MEDICAL APPLIANCES
The Tender documentincluding evaluation criteria for the purchase of Small Medical
Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants)will be
conducted through PPRA Rules 2014 (Single Stage-Two Envelopes).
1. Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic
Implants)will be supplied at basement or first floor of the hospital by the supplieron his own transport.
2. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8.Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
9. The sealed tender will be received up to 03.07.2019 at 09:00 AM and will be opened
on same day at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
Page 34 of 58
10.First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firm’s representative on 29.07.2019 at 10:00 AM.
11.The rate contract through this tender/contract for the supply of SMALL MEDICAL
APPLIANCES (SURGICAL, DISPOSABLE i.e. Dental, Orthopedic Implants)will
be for the period from 1st Sep 2019 to 30th June 2020. The purchase will be made
from time to time as per requirements of this Hospital at the same approved rates of
tender. In case you fail to supply the required items during the contract period,up
to10%Performance Guarantee will be forfeited and the firm will be black listed.
12.Pay Order / Demand draft Rs. 70,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit up to10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s)Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc. on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
Page 35 of 58
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e. 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e. 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23.IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under section 153 of the Income Tax Ordinance
2001.
26.Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. Samples of all small medical appliances must be provided for evaluation
purpose along with tender documents. Items quoted in tender without
Page 36 of 58
samples will not be considered for technical evaluation. All the samples will
be safely secured with CMS for future references. All the samples will be
returned after closure of respective contract.
32. Samples for Orthopedic, urology and Laparoscopic surgery which are very
costly will also be provided by supplier for technical evaluations. These
samples will be returned after technical evaluation with condition that these
items will be verified by concerned department (Ortho/Surgery/urology) prior
to receipt by CMS.
33. The contract period may be extended up to three years if allowed by the Competent
Authority.
34. In case of any discrepancy, less weight, short supply etc. the supplier will be held
responsible.
35. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
36. ‘PESSI PROPERTY NOT FOR SALE’ in clear & bold letters must be PRINTED /
STAMPED with undeletable ink on each bottle, strip, outer packing/inner packing
and ampoules etc.
37. Tender fee is Rs. 1,500/-(Nonrefundable).
38. The firm will not attach any condition with the tender.
39. No document other than required by hospital, should be attached along with
tender/rate contract.
40. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
41. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
42.SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
Page 37 of 58
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
43. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
Note: - Bidders must mention the packing of items as per unit & per ml ratein their financial bids. Otherwise bids will be rejected due to incomplete information under PPRA Rules 2014,format of financial bid is attached. Supplier Address for notice purpose Procuring Agency’s address …………………………….. For notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 38 of 58
Satisfactory report SamplePerforma
Year M/s. Item(s) Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________
Department: ______________________________
Stamp: ______________________________
Date: ______________________________
Signature: ______________________________
Page 39 of 58
Sample Collection Form
To be filled by Supplier
S. No
Name of Items Company with Specification
Quantity Clarification of the Observation
Date of Submission
Signature of Bidder
Page 40 of 58
Sample Evaluation Form
To be filled by Technical Committee
S. No
Name of Items Company with Specification
Quantity Rejection/ Selection & Remarks of Technical Member
Date of Submission& Signature of Technical Member
SIGNATURE OF MEDICAL SUPERINTENDENT, PESSI Hospital Islamabad
Page 41 of 58
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ 2019 for by and between:
PESSI Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as
Customer) which expression shall, where the context permits, include its executors,
administrators, successors-in-interest and assigns of the first part.
AND M/s._______________________________, having its head office at
_________________________ and acting through the
________________________________________________________, bearing CNIC No.
(Hereinafter referred to as “ ” which expression shall, where the context permits,
include its executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER)
CUSTOMER NAME: SOCIALSECURITYHOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e DENTAL,ORTHOPEDIC IMPLANTS etc
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. TheSupply of Small Medical Appliances (Disposable,Orthopedic Implants etc.)to the basement of PESSI Hospital, Islamabad will be the
responsibility of Service Provider. 2. The Maintainace of quality, quantity ofl will be the responsibility of Service
Provider. 3. The service provider will ensure to swiftly respond the demand of Supply of
Small Medical Appliances (Disposable, Orthopedic Implants etc., the response time will not be more than __________.
4. The collection of empty cylinders will be the responsibility of Service Provider. 5. The Service provider will ensure supply of Supply of Small Medical Appliances
(Disposable, Orthopedic Implants etc______________.
Page 42 of 58
6. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Page 43 of 58
Price Schedule DATE OF FINANCIAL BID OPENING: 29.03.2019
SUPPLY OF SMALL MEDICAL APPLIANCES (DISPOSABLE,
ORTHOPEDIC IMPLANTS ETC)(F.Y 2019-20)
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
Anesthesia
1 Oropharyngeal Air way
All Sizes Procare/Equivale
nt
2 Butter Fly Needle
All Gauges JMSEquivalent
3
I.V Cannula with wings & Injection ports. Registered by Ministry of Health
14,16,18,20,22 gauges
AdvantaB BraunEquivalent
4
I.V Cannula with wings & Injection ports. Registered by Ministry of Health
24 gauges B Braun
equivalent
5 NG Tubes All sizes Covidien dover
equivalent
6 Rebreathing Bag
0.5,1,2,2.5,3,4,5 Liter
Intersurgical Equivalent
7 Suction Catheter
All Sizes FlexicareEquivale
nt
8 Suction Tube
Disposable China Equivalent
9 3-Ways Stop Cock
All Size China Equivalent
10 Spinal Needle (cutting)
All Sizes SpinomexEquival
ent
11 Spinal Needle (pencil point)
All Sizes B.D/ Equivalent
12 ETT with cuffed (Red Rubber)
All Sizes UK/ Equivalent
13 ETT without Cuffed (Red Rubber)
All Sizes UK/ Equivalent
14 ETT with Cuffed (Disposable)
All Sizes Flexicare/ Equivalent
15 ETT without Cuffed (Disposable)
All Sizes Flexicare/Intersurgical/ Equivalent
16 Face Masks Anesthesia (Black Rubber)
All Sizes UK/ Equivalent
17 I.V Chamber 100ml Unison /
Page 44 of 58
Registered by DRAP Equivalent
18 Steri Gauges for auto clave
Strip KMN,3M/ Equivalent
19 Auto Clave Tape
Roll 3M/ Equivalent
20 Anesthesia Filter (Plain)
Intersurgical, or
Flexicare Equivalent
21 Elbow Connection for E.T.T
UK Equivalent
22
Tracachostmy Tube (Auto Cleavable) with cuff
All Sizes UK Equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
23 Anesthesia Circuit
FlexicareIntersurgicalEquivalent
24 Closed breathing circuit
FlexicareIntersurgical Equivalent
25 Bain Circuit
All Size FlexicareIntersurgical Equivalent
26 Laryngeal Mask Anesthesia (LMA)
All Size
Ningbo Luke Medical Devices
Co LTD Equivalent
27 Disposable Tracheostomy Tube without cuffed
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
28 Disposable Tracheostomy Tube with cuff
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
29 Dial-A-flow
All Size HTT Co
Equivalent
30 Instrument disinfectant solution
2 Ltr AntisepticaAtco
Equivalent
31 Surface disinfectant solution
5 Ltr AntisepticaAtco
Equivalent
32 Hand Disinfectant Solution
1000ML AntisepticaAtco
Equivalent
33 Ambo Bag All Size Flexicare,Intersur
Page 45 of 58
gical Equivalent
34 Epidural Set with spinal pencil point needle
16G,18G,27G
Ningbo Luke Medical Devices
Co Ltd Equivalent
35 Epidural Set without pencil point spinal needle
16G,18G,27G
Ningbo Luke Medical Devices
Co Ltd Equivalent
36 Epidural Catheter with filter only
16G,18G, Ningbo Luke
Medical Devices Co Ltd Equivalent
37 Insulated Needle for Nerve Block
All Size B.Braun
Equivalent
38 Cord Clamp
Disposable Plasti Med Equivalent
39
B.P cuff With Blader for Cardiac Monitor
Original Yamasu
Japan Equivalent
40 Stimuplex A,30o,
22Gx2 0.70x50mm
21Gx4 0.80x100mm
B Braun equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
41 Oxygen Nasal Cannula
China Equivalent
42 Ultra sound Gel
(Imported) (Imported) 5Ltr
43 Ultra sound Gel
Local Local Best
Quality 5Ltr
44
Ultrasound paper U PP 110 HG Type V High glossy Original
110 x 18m Sony Equivalent
45
Ultrasound paper Type I(Normal) UPP-110S 110mmx20m Original
110x18m Sony Equivalent
46 Ultrasound Paper
K-61 B-65 HM Mitsubishi Equivalent
47 ECG Roll 50mm x 30
mm China Equivalent
48 ECG Roll A4 Size China Equivalent
Page 46 of 58
49 ECG Roll
63x30 China Equivalent
50 ECG Electrode Chest
Disposable China Equivalent
51 CTG Thermal Paper for CTG Machine
Basmed
Equivalent
52 Lumbo Sacral Corset
All Sizes MAMA
Equivalent
53 BP Watch
Original Yamasu
Japan Equivalent
54 BP Bulb
Original Yamasu
Japan Equivalent
55 BP Cuff with Bladder
Original Yamasu Japan Equivalent
56 Cellona Cotton
All Size China Equivalent
57 Oxygen Mask with Tube
Small, Large Flexicare
Equivalent
58 Mercury
Kg China Equivalent
59 Mini Spike with Filter for IV Infusion
B
BraunEquivalent
60 Pressure Tube for Infusion Pump
China/Equivalent
61 Non-woven fabric dressing roll
10cmx10m Advent oxymax
equivalent
62 Grumets Ventilation
Tube (for use in ear)
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
63 Shanz’s Nasal Splint For use in
Nasal Surgery
64 Merocele (Nasal Packing)
For use in Nasal Surgery
65 Electric Cautery Lead (Three Pin)
Local Equivalent
66 Electric Cautery Lead (Single Pin)
Local Equivalent
Page 47 of 58
67 DCR Tube
All Size NIL
68 B.P Apparatus (mercury)
Original Yamasu Japan Equivalent
69 Stethoscope
China Equivalent
70 I/V Set Registered by DRAP
Disposable Medi Set
Equivalent
71 Apron Plastic OT
All Size China Equivalent
72 Paper Tape 1" Adventa health
Equivalent
73 Paper Tape 2" Adventa health
Equivalent
74 Paper Tape 3" Adventa health
Equivalent
75 Opsite Dressing
All Size BSN Equivalent
76 Tongue Depressor Disposable
Pkt of 100 China Equivalent
77 Syringe Cutter (Complete Stainless Steel)
Local Best Quality
Pak Made Equivalent
78 Vaseline Pure
Kg Local Equivalent
79 Disposable Abdominal Sponges
All Size Local Equivalent
80 Suspensory Belt
All Size Local Equivalent
81 Barium Sulphate
China Equivalent
82 EB Cannula Endometrial Biopsy
All Size NIL
83 MVA Kit Adopter with 8 Cannulas
Imported
Equivalent
84 Face Masks Disposable Pkt of 50 China Best
Quality Equivalent
85 Hydrogen Peroxide
450ml Spectrum Equivalent
86 Liquid Paraffin
400ml Local Equivalent
87 TencherBenzoic
450ml China Equivalent
Page 48 of 58
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
88 Skin Traction
Small, Large Blue Bird
Equivalent
89 Shoulder sling All Size Gulsons
Equivalent
90
Disposable Surgical Kit for Hepatitis B and C + VE
Complete Kit China Local Equivalent
91 Cervical Collar Soft
All Sizes Blue Bird
Equivalent
92 Cervical Collar Hard
All Sizes Blue Bird
Equivalent
93 Stoma Adhesive Paste
96Convatec E97quivalent
94 Spring wound drainage system 400ml with 16FR Trocar
All Sizes
Ningbo Luke Medical Devices
Co LTD Equivalent
95
Chest Bottles with Tube under Seal Water with Set
Pro Care/Med-3/
Equivalent
96 Colostomy Bag with Wafer & Clip
All Size Convatec Equivalent
97 Colostomy Belt
All Sizes Convatec Equivalent
98 Duederm Gel
Convatec Equivalent
99 Examination Gloves (Unsterilized)
Disposable Latex All Sizes
Box of 100
Safty Malaysia/ Equivalent
100 Surgical Gloves Sterilized
Disposable latex
All Size
Maxitex/comfeel Equivalent
101 Ortho Gloves Sterilized Disposable
Latex All Size
Maxitex Duplex/ Equivalent
102 Mesh Polypropylene
Size 6/11
15/15 30/30
KolisutSietka Mesh/ Equivalent
Page 49 of 58
103 Mepore dressing
All Size Advanta / Equivalent
104 Ted Stocking
All Sizes (Pair) Sanyleg Italy/
X-Med/Equivalent
105 Liga Clips All Size Welfare UK,
Genicon USA/ Equivalent
106 Sprit AmmoniaAromatic
400ml Local/ Equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
107 Endoclinch/Fenestrated Grasper for (Laparoscope)
5mm x 330mm Genicon USA/
Equivalent
108 Maxi grip Fenestrated Grasper for (Laparoscope)
5mm Length 330mm
teeth/ratchet
Genicon USA/ Equivalent
109 Maryland Dissector for (Laparoscope)
5mm,Length Genicon USA/
Equivalent
110 A traumaticFenestrated Grasper for (Laparoscope)
5mm,Length 330mm
(Disposable)
Genicon USA/ Equivalent
111 Babcock Grasper for (Laparoscope)
5mm,Length 330mm
(Tooth) with ratchet
(Disposable)
Genicon USA / Equivalent
112 Laparoscopic Needle holder cvd/str (Reusable)
5mm,Length 300mm
Healthicon UK / Equivalent
113 ABG Machine Kits &GasCylinder
114 Liga Clip Applicator Laparoscope Applicator
10mm,Single Action,
(Reusable) size Small,Medium,Medium/large,Larg
e
Genicon USA Johnson & Johnson/
Equivalent
115 Surgitie ligating loop laproscopic
5mmdisposable Johnson&Johnso
n equivalent
116 Hemorrhoid ALRubber band
Johnson & Johnson/
Equivalent
117 LigasureLaparoscopic Maryland Vessel
5mm Johnson &
Johnson/USA/
Page 50 of 58
Sealant Equivalent
118 LigasureVessel Sealant for Thyroid Surgery
Johnson & Johnson/USA/
Equivalent
119
LigasureVessel Sealant for open surgery
Johnson & Johnson/USA/
Equivalent
120 LaparoscopicTelescope 0 degree
Johnson & Johnson/USA/
Equivalent
121
Ligasurevessel Sealant laparoscopic disposable 5mm
122 Specimen Retrieval Bag simple
Ganicon USA/
Equivalent
123 Surgical Blades
All Sizes Feather/ B.Braun/
Equivalent
124 Catgut
All Sizes Johnson & Johnson/
Equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
125 Black Silk All Sizes Johnson & Johnson/
Equivalent
126 Proline All Sizes
Ethicon/ Equivalent
127 Vicryl All Sizes Ethicon/
Equivalent
128 L hook
5mm Healthicon UK /
Equivalent
129 DueDerm Dressing
Convatec/ Equivalent/
130 Optical Trocar
10mm Genicon USA/
Equivalent
Urology
131 C.V.P Line
All Size Arrow/ Equivalent
132 A.V. fistula Set For micro surgery
Page 51 of 58
133 Folly’s Catheter 2-ways All sizes Covidien
Dover/ Equivalent
134 Folly’s Catheter 2-ways (Silicon)
All sizes China Medi/ Equivalent
135 Folly’s Catheter 3-ways All sizes China Classic/
Equivalent
136 Folly’s Catheter 3-ways(Silicon)
All Sizes China /
Equivalent
137 Nalton Drain Catheter
All Sizes China/ Equivalent
138 Urine Bag
2000cc Urobage/YMS/
Equivalent
139 Uretic Catheter 6F open/close tip Cloplast / Equivalent
140 D.J. Stent with guide wire
All Size Marflow/
Equivalent
141 Cutting Loops (Single stem)
All No Karl Storz / Equivalent
142 Cutting Loops (Double stem)
All No Karl Storz / Equivalent
143 Catheter Mount
144 Simple Nephrostomy Tube
Bard/ Equivalent
145 Gastrostomy Peg Tube
Bard/ Equivalent
146 Optical Urethrotomy Set
147 Litho Punch
148 Cold knife (Single Stem)
Karl Storz / Equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
149
Cold knife (Double Stem)
Karl Storz / Equivalent
150 PCN Set
Bard Equivalent
151 Supra Pubic Catheter set
All size Bard/ Equivalent
Page 52 of 58
152 Monopty Gun
All size Bard/ Equivalent
153 Colin Knife
Karlstorz Karl Storz / Equivalent
154 True Cut Biopsy Needle
Imported / Equivalent
155 Sure Cut Liver Biopsy Needle
Imported / Equivalent
156 Urocut Liver Biopsy Needle
All Sizes Imported / Equivalent
157 Spring Loading Biopsy Needle
All Sizes Vegio Italy/ Equivalent
158 Ingram Supra Pubic Catheter with Trocar
Bard/ Equivalent
159 Sponges Stone
All Size Spongel/
Equivalent
160 Skin Stapler
All Size Halthicon UK/
Equivalent
161 Skin Staple Remover
All Size Halthicon UK/
Equivalent
162 Scalar with tips
163 Hand Piece spray
164 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)
( H & K)
Dident/ Equivalent
165 Burs
Dident/
Equivalent
166 Glass Inomer (Cement)
GE Japan /Equivalent
167 Zinc phosphate Cement
Asia Japan /Equivalent
168 Cavite
169 Pulperyl
Septodent/ Equivalent
170 Cresophene
Septodent/ Equivalent
Page 53 of 58
171 Sodium Hypocloride
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
172 Non Setting Calcium Hydroxide
173 EDTA (Liquid)
174 Endomethacin
Powder Septodent/ Equivalent
175 Endomethacin
Liquid Septodent/ Equivalent
176 Paper Point + G.P Point
Dident/ Equivalent
177 Inj. Lignocaine Plain
2ml Corterage Korea/ Equivalent
178 Inj.Lignocaine With Adrenaline
2ml Corterage Korea /
Equivalent
179 Lignocaine Spray
Korea/ Equivalent
180 Lignocaine With adrenaline Spray
Korea/ Equivalent
181 Dental X-rays Film (Instant)
Yestar/China/ Equivalent
182 Disposable Needle
Dental Korea/ Equivalent
183 Setting Calcium Hydroxide
184 Alvegyl
Septodent/ Equivalent
185 AcosedEndoterra with Disinfectant spray
Acto/ Equivalent
186 Composite filling
187 Barrier Film
188 Endopost Kit
189 Suction tip Disposable
Page 54 of 58
190 Slow Speed hand Piece
191 Pulpotec
ProduitsDentaries SA/ Equivalent
192 Zinc Oxide Eugenol
193 Disposable Napkins
Orthopedic Implants
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
194
Austin-More Prosthesis/Thompson Prosthesis
Local/ Equivalent
195 4.5mm DCPs Narrow
All Holes Local/ Equivalent
196 4.5mm DCPs Broad
All Holes Local/ Equivalent
197 3.5mm Small Fragment DCP
All Hloes Local/ Equivalent
198 1/3 Tubular Plates
All Holes Irene China/ Equivalent
199 3.5mm Cortical Screw Small
Fragment Standard
Irene China/ Equivalent
200 4.5mm Cortical Screw All Size Irene China
Local/ Equivalent
201 6.5mm Cancellous Screw
Irene China / Equivalent
202 4.0mm Cancellous Screw
Irene China/ Equivalent
203 4.5mm Cancellous Screw
Irene China/ Equivalent
204 Washer
Local/ Equivalent
205 K-Wire
Local/ Equivalent
206 K-Nail
All Size Local/ Equivalent
207 T-Butters plates small Fragment
Irene China/ Equivalent
Page 55 of 58
208 T-Butters plates small Standard
Irene China/ Equivalent
209 Condylar Blade Plate 95
All Size Local /Equivalent
210 Dynamic hip Screw with plates
All Size Irene China / Equivalent
211 Bone Cement
Biomet USA/ Equivalent
212 Total Hip Replacement Cemented
Non Cemented Irene China/ Equivalent
213 Total Hip Replacement
Non- " Irene China/ Equivalent
214 Total Knee Replacement
AK Medi/
Equivalent
215 Denham/Steinman pins
Local/ Equivalent
216 External Fixator-Tubular AO Type
Local/ Equivalent
217 Ilizirov leg lengthening Fixator
Local/ Equivalent
218 Naseer-Arwais (NA) leg Lengthening Fixator
Local/ Equivalent
219 Drill Bits
Local Equivalent
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
220 Y-Plates
All Size Irene China/ Equivalent
221 Ace tabular Cage
With Screw Pakistan Made
/Eq uivalent
222 Spoon Plate
223 Undreamed Tibial Nail
All Size Irene China/ Equivalent
224 Interlocking Nail Femur, Tibial Humeral
All Size Local / Equivalent
225 Interlocking Nail Femur, Tibial Humeral (Titanium)
All Size Irene China / Equivalent
226 Interlocking Nail Femur, Tibial Humeral (Stainless Steel)
All Size Irene China / Equivalent
227 Cannulated Screws
All Size Local/ Equivalent
228 Cannulated Screws (Stainless Steel)
All Size Irene China/ Equivalent
229 Cannulated Drill Bits All Size Local/Equivalent
Page 56 of 58
230 Dynamic Condylar Screw with Plates
All Size Irene China/ Equivalent
231 Clover Leaf Plate
232 Condylar Support plate (Left/Right)
Local/ Equivalent
233 Hip Arthrodesis plate
234 Locking DC Plates Upper limb/lower limb
Local/ Equivalent
235 Locking Cortical Screws
All Size Local/ Equivalent
236 Locking Cortical Screws (Titanium)
All Size Irene China/ Equivalent
237 Knowles Pins
Local/ Equivalent
238 Bi-polar Hip Prosthesis
Irene China/ Equivalent
239 2.5mm Small Fragment Plates
4 to 10 Holes Local/ Equivalent
240 2.5 mm Cortical Screw
Local/ Equivalent
241 Flexible Intra-Medullary Nails/Enders Nail
Stainless Steel,
TITANIUM / Equivalent
242 Malleolar Screw
Local/ Equivalent
243 Cervical Lateral Mass Screw + Rods
244
TranspedicularScrew+Rods (Cervical/thoracic/lambar)
S.N Name of Item Specification Companies Packing & Company
Rate Per Unit
245 Retrograde Nail Femur
Irene China/ Equivalent
246 Headless Screw
All Sizes Local/ Equivalent
247 Custom made THR/TKR
248 Orthofix Fixator
249 Titanium Voctetral Cage
Page 57 of 58
250 Marceline Suture
251 Orthofix Fixator
252 Traction Weight 5kg Each
Local/ Equivalent
253 Wrist with Palm Support
All Sizes Local/ Equivalent
254 Knee Support
All Sizes Local/ Equivalent
255 Ankle, Elbow Support
All Size Local/ Equivalent
ENT
256 SILVER NITRATE FOR
CAUTERY PURPOSE
257 Hearing aid
258 Otoscope ZIESTER
EQUIVALENT
Name of Bidder : ___________
(Sign, & Stamp): ____________
Page 58 of 58
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
CERTIFICATE MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended/blacklisted/defaulter of any government/autonomous
institution at any time .in case of submission of false statement by the firm ,the department reserve the right to take
any punitive action including forfeiture of security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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/BIDDER-------------------------------------------------
SIGNATURE------------------------------------------------------------------------
SEAL AND STAMP OF THE FIRM/BIDDER------------------------------
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital
Islamabad
Page 1 of 28
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF
DIALYSIS ITEMS (DISPOSABLE & SOLUTION)
Page 2 of 28
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR SUPPLY OF DIALYSIS ITEMS (DISPOSABLE & SOLUTION)
Cost Rs. 1000/-NON REFUNDABLE DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 28
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 04.07.2019(09:00 A.M.) DATE OF OPENING: 04.07.2019(10:00 A.M.) DATE OF FINANCIAL BID OPENING: 30.07.2019(10:00 A.M) Contract Period. 01- Year after issuance
of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF DIALYSIS ITEMS (DISPOSABLE & SOLUTION).
Technical specifications for Supply of DIALYSIS ITEMS (DISPOSABLE &
SOLUTION). Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/_____________ Dated Islamabad, the 2019. M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 28
SCHEDULE OF REQUIREMENT
Technical Bid for DIALYSIS ITEMS(DISPOSABLE &
SOLUTION)
TENDER FOR (F.Y) 2019-20.
S.No. Name of Items Specification Companies with
Specification
Remarks & Signature of
Concern Member of Technical Committee
1 Dialyzer Filter All Sizes (Steam Sterilized )
2 BTL Set
3 2 Fistula Needle (A+V) (G Sizes 16-17 &18)
4 Dialysis Solution
Bicarbonate (A+B)
Acetate (A+B)
5 Double Lumen Catheter
All Sizes
6 C.V.P Line All Sizes
7 Water Inlet Filter
8 Citrosteril Solution 5LTR
9 Permacath All Size
Please furnish satisfactory Performance Certificate from End User
Dialysis Department.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 5 of 28
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract ;
(c) Schedule of Requirements; (d) Contract Form;
(e) Manufacturer’s Authorization Form;
(f) Bid Form; and
(g) Price Schedule.
(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF DIALYSIS ITEMS(DISPOSABLE & SOLUTION) under the relevant head of Account during the financial year 2019-20 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
Page 6 of 28
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are
the subject of this Invitation for Bids and (b) the term “Services” includes related
services such as transportation, insurance, after sale service, spare Supplies
availability, etc. For purposes of this clause, “origin” means the place where the
Supplies are mined, grown, or produced, or the place from which the related services
are supplied. Supplies are produced when, through manufacturing or processing, or
substantial and major assembly of components, a commercially recognized product is
produced that is substantially different in basic characteristics or in purpose or utility
from its components.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.
Page 7 of 28
8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.
Page 8 of 28
Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due
Page 9 of 28
to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
Page 10 of 28
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
Page 11 of 28
19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied:
Page 12 of 28
The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; 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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
Page 13 of 28
27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
Page 14 of 28
29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
2 Bidder's Market i
1 Year 5 15 Experience will be
Page 15 of 28
Experience ii
2 Year 10 confirmed from the
iii
3 Year 15 date of registration
3 Bidder's
financial status
i
Bank
Statement OR 8
15 Balance Sheet
ii Tax return 7
4
Copies of valid
Certificate(s)
i NTN 10
50
ii GST 10
iii Professional
Tax 10
iv Authorized
Distributor 20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids.
Page 16 of 28
31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract.
Page 17 of 28
If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of DIALYSIS ITEMS(DISPOSABLE & SOLUTION) shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.10.2018 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of DIALYSIS ITEMS (DISPOSABLE & SOLUTION) beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
Page 18 of 28
TERMS AND CONDITIONS OF CONTRACT FY 2019-20 DIALYSIS ITEMS(DISPOSABLE & SOLUTION)
The Tender document including evaluation criteria for the purchase of DIALYSIS
ITEMS(DISPOSABLE & SOLUTION) will be conducted through PPRA Rules 2014
(Single Stage-Two Envelopes).
1. DIALYSIS ITEMS(DISPOSABLE & SOLUTION) will be supplied at basement of the hospital by the supplier on his own transport.
2. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
9. The sealed tender will be received up to 04.07.2019at 09:00 AM and will be opened at 04.07.2019at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10. First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 30.07.2019(10:00 A.M)
11. The rate contract through this tender/contract for the supply of DIALYSIS
ITEMS(DISPOSABLE & SOLUTION)will be for the period from 1st Sep 2019 to
30th June 2020. The purchase will be made from time to time as per requirements of
this Hospital at the same approved rates of tender. In case you fail to supply the
required items during the contract period up to 10% Performance Guarantee will be
forfeited and the firm will be black listed.
Page 19 of 28
12. Pay Order / Demand draft Rs. 30,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit up to 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s) Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
Page 20 of 28
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under relevant section of the Income Tax Ordinance
2001.
26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. Samples must be provided for evaluation purpose along with tender
documents. Items quoted in tender without samples will not be considered for
technical evaluation. All the samples will be safely secured with CMS for
future references. All the samples will be returned after closure of respective
contract.
33. The contract period may be extended up to three years if allowed by the Competent
Authority.
34. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
35. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
Page 21 of 28
36. ‘PESSI PROPERTY NOT FOR SALE’ in clear & bold letters must be PRINTED /
STAMPED with undeletable ink on each bottle, strip, outer packing/inner packing
and ampoules etc.
37. Tender fee is Rs. 1,000/-(Nonrefundable).
38. The firm will not attach any condition with the tender.
39. No document other than required by hospital, should be attached along with
tender/rate contract.
40. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
41. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
42. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
43. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
Note:- Bidders must mention the packing of items as per unit & per ml rate in their financial bids. Otherwise bids will be rejected due to incomplete information under PPRA Rules 2014, format of financial bid is attached. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 22 of 28
Satisfactory report Sample Performa
Year M/s. Item(s) Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________
Department : ______________________________
Stamp: ______________________________
Date: ______________________________
Signature: ______________________________
Page 23 of 28
Sample Collection Form
To be filled by Supplier
S. No
Name of Items Company with Specification
Quantity Clarification of the Observation
Date of Submission
Signature of Bidder
Page 24 of 28
Sample Evaluation Form
To be filled by Technical Committee
S. No
Name of Items Company with Specification
Quantity Rejection/ Selection & Remarks of Technical Member
Date of Submission & Signature of Technical Member
MEDICAL SUPERINTENDENT, PESSI Hospital Islamabad
Page 25 of 28
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as
Customer) which expression shall, where the context permits, include its executors,
administrators, successors-in-interest and assigns of the first part.
AND M/s._______________________________, having its head office at
_________________________ and acting through the
________________________________________________________, bearing CNIC No.
(hereinafter referred to as “ ” which expression shall, where the context permits,
include its executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of DIALYSIS ITEMS(DISPOSABLE & SOLUTION)
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. The DIALYSIS ITEMS(DISPOSABLE & SOLUTION) to the basement of PESSI Hospital, Islamabad will be the responsibility of Service Provider.
2. The Maintainace of quality, quantity of l will be the responsibility of Service Provider.
3. The service provider will ensure to swiftly respond the demand of DIALYSIS ITEMS(DISPOSABLE & SOLUTION), the response time will not be more than __________.
4. The collection of empty cylinders will be the responsibility of Service Provider. 5. The Service provider will ensure supply of DIALYSIS ITEMS(DISPOSABLE &
SOLUTION) ______________. 6. The bidding documents shall also be compulsory part of this agreement.
Page 26 of 28
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Page 27 of 28
Price Schedule DATE OF FINANCIAL BID OPENING: 30.07.2019
SUPPLY OF DIALYSIS ITEMS(DISPOSABLE & SOLUTION)
(F.Y 2019-20)
S.No. Name of Items Specification Companies with
Specification Rate/Unit par Pack
1 Dialyzer Filter All Sizes (Steam
Sterilized )
2 BTL Set
3 2 Fistula Needle (A+V) (G Sizes 16-17 &18)
4 Dialysis Solution
Bicarbonate (A+B)
Acetate (A+B)
5 Double Lumen Catheter
All Sizes
6 C.V.P Line All Sizes
7 Water Inlet Filter
8 Citrosteril Solution 5LTR
9 Permacath All Size
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 28 of 28
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Note: Fill in the check list properly/completely along with the page marking
of the documents enclosed.
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 37
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF X-RAY FILMS AND CHEMICALS
Page 2 of 37
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR SUPPLY OF X-RAY FILMS AND CHEMICALS
Social Security Hospital, Islamabad.
Cost Rs. 1000/-NON REFUNDABLE DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 37
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 04.07.2019(09:00 A.M.) DATE OF OPENING: 04.07.2019(10:45 A.M.) DATE OF FINANCIAL BID OPENING: 30.07.2019(10:45 A.M) Contract Period. 01-Year after issuance work of Award list Bid Security: 2% of estimated price in shape of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF X-RAY FILMS AND CHEMICALS.
Technical specifications for Supply of X-RAY FILMS AND CHEMICALS Instructions to the bidders, General Conditions of contract, special conditions of Contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019. M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 37
SCHEDULE OF REQUIREMENT
Technical Bid for X-RAY FILMS AND CHEMICALS
TENDER FOR (F.Y) 2019-20.
S.
No Name of Items Specification
Companies with
Specification
Remarks & Signature
of Concern Member
of Technical
Committee
1 X-Ray Films with
Envelope
08x10 NIF/ AIF
Blue / Green
2 X-Ray Films with
Envelope
10x12 NIF/ AIF
Blue / Green
3 X-Ray Films with
Envelope
12x15 NIF/ AIF
Blue / Green
4 X-Ray Films with
Envelope
14x17 NIF/ AIF
Blue / Green
5 Automatic X-Ray
Film Developer. 20-Ltr Liquid.
6 Automatic X-Ray
Film Fixer 20-Ltr Liquid.
7 Dental X-Ray Films
Instant Packet
8 X-Ray Cassettes
(Blue / Green)
14 x 17
12 x 15
10 x 12
8 x 10
9 Mammography
Film with Envelope
18 x 24cm
24 x 30cm
10 X.Ray Films Caset 14 x 17
Page 5 of 37
12 x 15
10 x 12
8x10
Please furnish satisfactory Performance Certificate from End User
i.e.(Radiologist).
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid.
Page 6 of 37
2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF X-RAY FILMS AND CHEMICALS under the relevant head of Account during the financial year 2019-20(herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are
the subject of this Invitation for Bids and (b) the term “Services” includes related
services such as transportation, insurance, after sale service, spare Supplies
availability, etc. For purposes of this clause, “origin” means the place where the
Supplies are mined, grown, or produced, or the place from which the related services
are supplied. Supplies are produced when, through manufacturing or processing, or
substantial and major assembly of components, a commercially recognized product is
produced that is substantially different in basic characteristics or in purpose or utility
from its components.
Page 7 of 37
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence.
Page 8 of 37
8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
Page 9 of 37
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
Page 10 of 37
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be.
Page 11 of 37
17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.
Page 12 of 37
21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure 24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; 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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted.
Page 13 of 37
Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which
Page 14 of 37
conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum
Page 15 of 37
marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total Marks
Remarks Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of
quoted
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from
the
iii
3 Year 15 date of
registration
3 Bidder's financial status
i Bank Statement OR
8 15 Balance Sheet
ii Tax return 7
4
Copies of valid
Certificate(s)
i NTN 10
50
ii GST 10
iii Professional Tax 10
iv Authorized Distributor
20
Qualifying Marks 70
Total Marks 100
Page 16 of 37
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award
Page 17 of 37
35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of X-RAY FILMS AND CHEMICALS shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.09.2019 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of X-RAY FILMS AND CHEMICALS beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost.
Page 18 of 37
41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Supplies” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Supplies, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Supplies up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Supplies under this Contract.
j. “Day” means calendar day.
2. Application
Page 19 of 37
2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other Supplies of the Contract. 3. Country of Origin. 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Supplies to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Supplies after the Supplies have been installed at Procuring Agency’s destinations.
Page 20 of 37
9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Supplies shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Supplies. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Supplies delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment
Page 21 of 37
19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Supply of X-RAY FILMS AND CHEMICALS shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Supply of X-RAY FILMS AND CHEMICALS, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution.
Page 22 of 37
“fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to miss planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 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.
Page 23 of 37
26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 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. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Page 24 of 37
Special Conditions of Contract (SCC) (Pkg-1)
1. The Supply of X-RAY FILMS AND CHEMICALS will be done by service provider at own Transportation at basement of the hospital.
2. Cash receipt (in original) token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare Supplies, if any.
Page 25 of 37
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender document including evaluation criteria for the purchase of X-RAY
FILMS AND CHEMICALS will be conducted through PPRA Rules 2014
(Single Stage- Two Envelopes).
2. The sealed tender will be received up to 04.07.2019 at 09:00 AM and will be
opened at 04.07.2019at 10:45 AM in the presence of party / firms representative
on the same day (no bid will be received after the dead line according to PPRA
Rules 2014).
3. First Technical Bid will be opened and the technical evaluation criteria of bids will
be completed. “Financial Bid” will be opened in the presence of party / firms
representative on 30.07.2019 at 10:45 AM.
4. The X-RAY FILMS AND CHEMICALS will be for the period from
1st Sep 2019 to 30th June 2020. The purchase will be made from time to time as
per requirements of this Hospital at the same approved rates of tender. In case
you fail to supply the required items during the contract period up to 10%
Performance Guarantee will be forfeit and the firm will be black listed.
5. Pay Order / Demand draft is mandatory to be deposited along with tender
documents as 02% bid security of estimated price.
6. After successful awarding of tender, the bid security will be returned and
successful bidder will deposit up to 10% Performance Guarantee within 07 days
positively.
7. The firm will provide item(s) Distribution Certificate / Sale License along with
the tender documents.
8. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector. If it is noted
that rate quoted is over / above the market rate, undersigned has the right to
cancel the tender.
Page 26 of 37
9. In case of any discrepancy/over invoicing, the bidder will refund the excess
amount or excess amount will be deducted from the outstanding bills/Deposit at
Call of said firm.
10. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
11. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
12. In case of Near To Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with longer expiry date batch.
13. THE Firm shall deliver the items to the Hospital within the stipulated time as
mentioned in supply order, Late Supply Penalty will be imposed @ 0.5% for
1st week, after failure to supply on due date and @ 1% for the next 15 days and
so on.
a) In case of emergency requirement; Risk Purchase shall be made and
amount incurred will be recovered from the contractor.
b) Action will be taken against the suppliers as per rules.
14. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
15. Income tax will be deducted under relevant section of the Income Tax
Ordinance 2001.
16. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
17. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
18. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
19. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
20. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
Page 27 of 37
21. The Samples must be provided for evaluation purpose along with tender
documents. Without samples tender documents will
not acceptable Note:- Provided samples are returnable after evaluation.
22. The contract period may be extended up to three months if needed by the
Competent Authority.
23. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
24. All items supplied will be in accordance with the Drugs Act 1976 “Labelling and
packing rules, 1986”, if so required.
25. ‘PESSI PROPERTY NOT FOR SALE’ in clear & bold letters must be PRINTED /
STAMPED with undeletable ink on each bottle, kit and bag etc.
26. Tender fee is Rs. 1,000/-(Nonrefundable).
27. The firm will not attach any condition with the tender.
28. No document other than required by hospital, should be attached along with
tender/rate contract.
29. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
30. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
31. The Tender can be extended upto 03Years subject to satisfactory
performance, Market Price and Principle of Procurement .
32. The Competent Authority / Purchase Committee has reserved the right to reject any one or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad .
Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 28 of 37
TERMS AND CONDITIONS OF CONTRACT FY 2019-20 PROVISION OF X-RAY FILMS AND CHEMICALS
The Tender document including evaluation criteria for the purchase of X-RAY FILMS
AND CHEMICALS will be conducted through PPRA Rules 2014 (Single Stage-Two
Envelopes).
3. X-RAY FILMS AND CHEMICALS will be supplied at basement of the hospital by
the supplier on his own transport. 4. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
9. The sealed tender will be received up to 04.07.2019at 09:00 AM and will be opened
at 04.07.2019at 10:45 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10. First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 30.07.2019 at 10:45 AM.
11. The rate contract through this tender/contract for the supply of X-RAY FILMS AND
CHEMICALS will be for the period from 1st Sep 2019 to 30th June 2020. The
purchase will be made from time to time as per requirements of this Hospital at the
same approved rates of tender. In case you fail to supply the required items during
Page 29 of 37
the contract period up to 10% Performance Guarantee will be forfeited and the firm
will be black listed.
12. Pay Order / Demand draft Rs. 14,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit up to 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s) Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
Page 30 of 37
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under relevant section of the Income Tax Ordinance
2001.
26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. The contract period may be extended up to three years if allowed by the Competent
Authority.
32. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
33. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
34. Tender fee is Rs. 1,000/-(Nonrefundable).
35. The firm will not attach any condition with the tender.
Page 31 of 37
36. No document other than required by hospital, should be attached along with
tender/rate contract.
37. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
38. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
39. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
40. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
NOTE:- BIDDERS MUST MENTION THE PACKING OF ITEMS AS PER TEST COST & PER ML COST IN THEIR FINANCIAL BIDS. OTHERWISE BIDS WILL BE REJECTED DUE TO INCOMPLETE INFORMATION UNDER PPRA RULES 2014, FORMAT OF FINANCIAL BID IS ATTACHED. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 32 of 37
Satisfactory report Sample Performa
Year M/s. Equipment & Reagent Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________
Department : ______________________________
Stamp: ______________________________
Date: ______________________________
Signature: ______________________________
Page 33 of 37
CONTRACT FORM THIS AGREEMENT is entered into at Islamabad on ________ 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as
Customer) which expression shall, where the context permits, include its executors,
administrators, successors-in-interest and assigns of the first part.
AND
M/s._______________________________, having its head office at
_________________________ and acting through the
________________________________________________________, bearing CNIC No.
(hereinafter referred to as “ ” which expression shall, where the context permits,
include its executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of X-RAY FILMS AND CHEMICALS
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. The Supply of X-RAY FILMS AND CHEMICALS to the basement of PESSI Hospital,
Islamabad will be the responsibility of Service Provider.
2. The Maintainace of quality, quantity of l will be the responsibility of Service Provider.
3. The service provider will ensure to swiftly respond the demand of Supply of X-RAY
FILMS AND CHEMICALS, the response time will not be more than __________.
4. The collection of empty cylinders will be the responsibility of Service Provider.
5. The Service provider will ensure supply of Supply of X-RAY FILMS AND CHEMICALS
______________.
6. The bidding documents shall also be compulsory part of this agreement.
Page 34 of 37
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Page 35 of 37
Price Schedule
DATE OF FINANCIAL BID OPENING:30.07.2019
SUPPLY OF X-RAY FILMS AND CHEMICALS (F.Y 2019-20)
S.
No Name of Items Specification
Companies with
Specification Rate Per Unit/ml
1 X-Ray Films with
Envelope
08x10 NIF/
AIF Blue /
Green
2 X-Ray Films with
Envelope
10x12 NIF/ AIF
Blue / Green
3 X-Ray Films with
Envelope
12x15 NIF/ AIF
Blue / Green
4 X-Ray Films with
Envelope
14x17 NIF/ AIF
Blue / Green
5 Automatic X-Ray
Film Developer. 20-Ltr Liquid.
6 Automatic X-Ray
Film Fixer 20-Ltr Liquid.
7 Dental X-Ray Films
Instant Packet
8 X-Ray Cassettes
(Blue / Green)
14 x 17
12 x 15
10 x 12
8 x 10
9 Mammography
Film with Envelope 18 x 24cm
Page 36 of 37
24 x 30cm
10 X.Ray Films Caset
14 x 17
12 x 15
10 x 12
8x10
NAME OF BIDDER ________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 37 of 37
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Note: Fill in the check list properly/completely along with the page marking
of the documents enclosed.
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 44
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF BLOOD BANK & LAB CHEMICAL KITS
etc
Page 2 of 44
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR BLOOD BANK & LABCHEMICAL KITS etc
Cost Rs. 1000/-NON REFUNDABLE DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 44
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs.1000/- (Non-refundable) LAST DATEOF RECEIPT: 04.07.2019 (09:00 P.M.) DATE OFOPENING: 04.07.2019 (11:30 A.M.) DATE OFFINANCIAL BIDOPENING: 30.07.2019 (11:30 A.M.) Contract Period. 01- Year after issuance
of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: -TERMS & CONDITIONS REGARDINGBLOOD BANK & CHEMICAL KITS ETC.
Technical specifications for BLOOD BANK &LAB CHEMICAL KITS etc. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019. M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 44
SCHEDULE OF REQUIREMENT
BLOOD BANK AND LAB CHEMICAL KITS etc
TENDER FOR (F.Y) 2019-20.
Technical Bid
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
1 Bovine Albumin 22% 10 ml Vial Lourne or Equivalent
2 Coomb's Anti Sera 10 ml Vial Lourne or Equivalent
3 Giemsa Stain( May Grunwald)
Bottle
4
HB's Ag Single Test Device
Accucheck/S.D/Equivalent
5
Anti HCV Single Test Device
Accucheck/S.D/Equivalent
6 HIV Single Test Device
Accucheck/S.D/Equivalent
7 Blood Bags 500ml with Set JMS/Equivalent
8 Blood Bags 250ml with Set JMS/Equivalent
9
Blood Bags Double 500ml with set JMS/Equivalent
10 Blood Bags Triple 500ml with set JMS/Equivalent
11
Blood Grouping Anti Sera (ABD Set) 10ml Vial
Lorne/Equivalent
12
Glass Slides
Pack of 72
13
Test Tubes Pyrex 4"
Page 5 of 44
14 Test Tubes (Plastic plain) with cap
Disposable 3"
15 Tips for Micropipette
(Yellow) 10-100 ul 1000/ Packet
16 Tips for Micropipette (Blue)200-1000 ul 1000 Packet
17 Tips for Micropipette (White) 1-5 ml 1000 /Packet
18 Blood Glucose Kit GOD PAP1000 ml
Merck-Spinreact,AMP,
FORTRESS, Human/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
19
Blood Urea Kit
Berthlot method
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
20
Serum Cretinine Kit
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
21
Uric Acid Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
22 Serum Bilirubin Kit Total Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
23 Serum Bilirubin Kit Direct Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
24
Serum Alkaline Phosphate Kit
Merck-
Spinreact,AMP,
FORTRESS,
Page 6 of 44
Human/Equivalent
25 Serum ALT Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
26 Serum AST Kit
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
27
CK-MB Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
28 Serum LDH Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
29 Serum Cholesterol Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
30
Serum Calcium Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
31 Prothrombin Time Kit Human/Diagon/Equivalent
32 APTT Kit Human/Diagon/Equivalent
33 Pregnancy Test Strips Single Test Strip Merck/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
34
Ceder Wood Oil 500ml/ Bottle
Page 7 of 44
35 Formal dehyde (Pure) 2.5 L/Bottle Merck/Equivalent
36 Urine Reagent Strips Albumin, Sugar pH 100Strips/Bottle
URS-3/Equivalent
37 Urine Reagent Strips 10 Parameters URS-10/ Equivalent
38 Torniquet With metal clip
39 Alcohol Methyl 2.5L /Bottle Merck/Equivalent
40 Alcohol Ethyl 2.5L /Bottle
41 ASOT Kit 100 test Kit
42 DeIonized Water 5L/Gallon
43 PRP (Platelet rich plasma) disposable sterilized sample tube with Gel and ACD
10 ml
44 10% Calcium Chloride (0.5ml) disposable sterilized tube for PRP
45 Widal Anti Sera (TO,TH) 5 ml Vail Chroma/Human/Spinreact/ Equivalent
46 Blood Lancets 100/Packet
47 Cover Slip 18 x 24mm For Counting Chamber
Pair
48 Cover Slip 18 x 18 mm 100/ Pack
49 Xylene
2.5 L Merck/Equivalent
Page 8 of 44
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
50
Vacuatte Citrated Tubes for PT & APTT
3.8% Sidium Citrate
B.D-/Equivalent
51 Control Anti Sera Presipath
Roche/Randox/ Spinreact/Equival
ent
52 Tarpedo (Plastic Container for Serum)
1.5ml 1000/ Pack
53 Total Protein Kit 4x100ml Spinreact/Merck AMP, FORTRESS/Equivalent
54 Albumin BCG 4x100ml Spinreact/Merck AMP, FORTRESS/Equivalent
55 ANA (Anti DNA) Kit 20 Test Spinreact/Merck /Equivalent
56 Blood C/S Bottles 50 ml
57 Urine Culture Container (Sterile)
150 ml
58 Culture Swabs (Sterile) Disposable Plastic
59 Stool/ Sputum Containers 100 ml
60 Petri-dishes (Sterile) 25 ml Disposable
61 ESR Tubes for Westergren Method
200mm Germany
62 Thermal Paper M-series for (Merck Medonic)
63 Thermal Paper For DBU-414 Thermal Printer
64 Vaccutainor EDTA 5ml Glass/Plastic B.D/Equivalent
Page 9 of 44
65 Brain Heart Infusion Browth 100 gms/Bottle Merck/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
66 Filter Paper 15 grams
67 Urine Container ( Bottle)Plastic
68 Triglycerides 4x100 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
69 HDL Cholesterol 4x80 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
70 Stron Washing regent for Microlab
200/300 Merck/ Equivalent
71 Phosphorus 200 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
72 Amylase 60ml Merck/ SpinreactAMP, FORTRESS/Equivalent
73 C.R.P 100 Test Merck/ SpinreactAMP, FORTRESS/Equivalent
74
Micro Pipette 05 - 50 Ul Spinreact or Equivalent
75
Micro Pipitte 100 - 1000 Ul Spinreact or Equivalent
76
Micro Pipette 2-20 ml Spinreact or Equivalent
77 Microbiology Antibiotic discs
DISCS
Page 10 of 44
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
78 B. M. Trephine Needle MatekEquivalent disposable
79 Cover Slip 24x50
80 Field Stain Liquid 500ml Merck or Equialent
81 Pap Stain Merck/Equivalent
82 Staining Jar Glass Merck/Equivalent
83 Staining Jar Plastic Merck/Equivalent
84 Slide Folder Merck/Equivalent
85 Wright Stain 500ml Merck /Equivalent
86 Iron Stain Merck/Equivalent
87 Canada Balsam Merck/Equivalent
88 Hb. A1 C 100 test Merck/Equivalent
89 Trop I (Test)
90 H2 O2
91 Trop T(Test)
92 KoH For Fungns.
93 Sudan Black Stain
Page 11 of 44
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
94 Flask 500ml
95 Cylinder 500ml
96 LISS
97 ICT Malaria Device S.D Accucheck Accurate/Equivalent
98 ICT Typhidot Device S.D Accucheck Accurate/Equivalent
99 Disposable plastic tube for serum
3ml
100 CRP Single test device S.D Accucheck Accurate/Equivalent
101 Influenza (Swine flu) H1 N1 (ICT)
102 T.B Single test device S.D Accucheck Accurate/Equivalent
103 H.Pylori single test device
S.D Accucheck Accurate/Equivalent
104 VDRL
Spinreact/Human/Omega/ Merck/Equivalent
105 Retics Stain
500ml Merck/Equivalent
106 Coverslip 18x24mm for counting chamber
pair
107 Z. N. Stain Complete
Merck/Equivalent
108 Gram Stain Kit
Merck/Equivalent
Page 12 of 44
109 RA Factor Kit
Spinreact/Human/Omega/ Merck/Equivalent
110 Lyser for Medonic M-series
05 Ltr sufficient for 1000 cycles
Merck (Original)/Equivalent
111 Diluent for Medonic M-Series
20 Ltr Sufficient for 1000 cycles
Merck (Original)/Equivalent
112 Control for Medonic M-Series
Low & Normal Merck (Original)/Equivalent
113
Hema Color Stain Original Pack
Merck (Original)/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification
Remarks and Signature of Concern Technical
Member
114 H & E Stain Merck (Original)/Equivalent
115 Gel tube for Serum 3ml (Griener) Griener or equivalent
116 HBsAg (Elisa) Spinreact/Merck or equivalent
117 Anti HCV (Elisa) Spinreact/Merck or equivalent
118 Anti HIV (Elisa) Spinreact/Merck or equivalent
119 Dengue Single test 1GM 1gG D.S Accurate Accucheck/Equivalent
120
Dengue Single test NS 1 Antigen
D.S Accurate Accucheck/Equivalent
121 Fluoride Vacutainer
3.5ml
122 Test Tube Rack Plastic
123 Syphillis (TP) ICT
124 Dengue
igG,igM NSI ICT
Page 13 of 44
125 Avian flu
H5NI ICT
Please furnish satisfactory Performance Certificate from End
User(Pathologist)
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract ;
(c) Schedule of Requirements;
(d) Contract Form;
(e) Manufacturer’s Authorization Form;
(f) Bid Form; and
(g) Price Schedule.
(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR BLOOD BANK & CHEMICAL KITS ETCunder the relevant head of Account during the financial year 2019-20 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders
Page 14 of 44
3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are
the subject of this Invitation for Bids and (b) the term “Services” includes related
services such as transportation, insurance, after sale service, spare Supplies
availability, etc. For purposes of this clause, “origin” means the place where the
Supplies are mined, grown, or produced, or the place from which the related services
are supplied. Supplies are produced when, through manufacturing or processing, or
substantial and major assembly of components, a commercially recognized product is
produced that is substantially different in basic characteristics or in purpose or utility
from its components.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
Page 15 of 44
6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven(07) daysprior to the deadline for the submission of bids prescribed in the Invitation for
Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed.
Page 16 of 44
9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices.
Page 17 of 44
13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of
Page 18 of 44
submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity
Page 19 of 44
18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids
Page 20 of 44
21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; 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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids
Page 21 of 44
25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which
Page 22 of 44
conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections ofreservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained
Page 23 of 44
sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from the
iii
3 Year 15 date of registration
3 Bidder's
financial status
i
Bank
Statement OR 8
15 Balance Sheet
ii Tax return 7
Page 24 of 44
4
Copies of valid
Certificate(s)
i NTN 10
50
ii GST 10
iii Professional
Tax 10
iv Authorized
Distributor 20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement.
Page 25 of 44
32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency
Page 26 of 44
39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of BLOOD BANK & CHEMICAL KITS ETCshall be w.e.f the next date after the date of issue of Purchase Orderi.e. 01.09.2019 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of BLOOD BANK & CHEMICAL KITS ETCbeyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per weekof the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
Page 27 of 44
TERMS AND CONDITIONS OF CONTRACT FY 2019-20 BLOOD BANK & CHEMICAL KITS ETC
The Tender documentincluding evaluation criteria for the purchase of BLOOD BANK
& CHEMICAL KITS ETCwill be conducted through PPRA Rules 2014 (Single Stage-
Two Envelopes).
1. BLOOD BANK & CHEMICAL KITS ETCwill be supplied at basement of the hospital
by the supplieron his own transport. 2. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8.Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
Page 28 of 44
9. The sealed tender will be received up 04.07.2019 at 09:00 AM and will be opened at
04.07.2019 at 11:30 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10.First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 30.07.2019 at 11:30 AM.
11.The rate contract through this tender/contract for the supply of BLOOD BANK &
CHEMICAL KITS ETCwill be for the period from 1st Sep 2019 to 30th June 2020.
The purchase will be made from time to time as per requirements of this Hospital at
the same approved rates of tender. In case you fail to supply the required items
during the contract period up to10%Performance Guarantee will be forfeited and
the firm will be black listed.
12.Pay Order / Demand draft Rs. 10,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit up to 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s)Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
Page 29 of 44
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23.IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under section 153 of the Income Tax Ordinance
2001.
26.Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
Page 30 of 44
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. The contract period may be extended up to three years if allowed by the Competent
Authority.
32. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
33. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
34. Tender fee is Rs. 1,000/-(Nonrefundable).
35. The firm will not attach any condition with the tender.
36. No document other than required by hospital, should be attached along with
tender/rate contract.
37. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
38. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
39.SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
40. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
Page 31 of 44
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Satisfactory report SamplePerforma
Year M/s. Equipment& Reagent Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Page 32 of 44
Name of end user(s) : ______________________________
Department : ______________________________
Stamp: ______________________________
Date: ______________________________
Signature: ______________________________
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as
Customer) which expression shall, where the context permits, include its executors,
administrators, successors-in-interest and assigns of the first part.
AND M/s._______________________________, having its head office at
_________________________ and acting through the
________________________________________________________, bearing CNIC No.
(hereinafter referred to as “ ” which expression shall, where the context permits,
include its executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
Page 33 of 44
CUSTOMER NAME: SOCIALSECURITYHOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of BLOOD BANK & CHEMICAL KITS ETC
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. TheSupply of BLOOD BANK & CHEMICAL KITS etcto the basement of
PESSI Hospital, Islamabad will be the responsibility of Service Provider. 2. The Maintainace of quality, quantity ofl will be the responsibility of Service
Provider. 3. The service provider will ensure to swiftly respond the demand of Supply of
BLOOD BANK & CHEMICAL KITS etc, the response time will not be more than __________.
4. The collection of empty cylinders will be the responsibility of Service Provider. 5. The Service provider will ensure supply of BLOOD BANK & CHEMICAL KITS
etc______________. 6. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Page 34 of 44
Price Schedule
DATE OF FINANCIAL BID OPENING 30.07.2019.
SUPPLY OF BLOOD BANK & CHEMICAL KITS ETC(F.Y 2019-20)
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
1 Bovine Albumin 22% 10 ml Vial Lourne or Equivalent
2 Coomb's Anti Sera 10 ml Vial Lourne or Equivalent
3 Giemsa Stain( May Grunwald)
Bottle
4
HB's Ag Single Test Device
Accucheck/S.D/Equivalent
5
Anti HCV Single Test Device
Accucheck/S.D/Equivalent
6 HIV Single Test Device
Accucheck/S.D/Equivalent
7 Blood Bags 500ml with Set JMS/Equivalent
8 Blood Bags 250ml with Set JMS/Equivalent
9
Blood Bags Double 500ml with set JMS/Equivalent
10 Blood Bags Triple 500ml with set JMS/Equivalent
11
Blood Grouping Anti Sera (ABD Set) 10ml Vial
Lorne/Equivalent
12
Glass Slides
Pack of 72
Page 35 of 44
13
Test Tubes Pyrex 4"
14 Test Tubes (Plastic plain) with cap
Disposable 3"
15 Tips for Micropipette
(Yellow) 10-100 ul 1000/ Packet
16 Tips for Micropipette (Blue)200-1000 ul 1000 Packet
17 Tips for Micropipette (White) 1-5 ml 1000 /Packet
18 Blood Glucose Kit GOD PAP1000 ml
Merck-Spinreact,AMP,
FORTRESS, Human/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
19
Blood Urea Kit
Berthlot method
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
20
Serum Cretinine Kit
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
21
Uric Acid Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
22 Serum Bilirubin Kit Total Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
23 Serum Bilirubin Kit Direct Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
Page 36 of 44
24
Serum Alkaline Phosphate Kit
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
25 Serum ALT Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
26 Serum AST Kit
Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
27
CK-MB Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
28 Serum LDH Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
29 Serum Cholesterol Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
30
Serum Calcium Kit Merck-
Spinreact,AMP,
FORTRESS,
Human/Equivalent
31 Prothrombin Time Kit Human/Diagon/Equivalent
32 APTT Kit Human/Diagon/Equivalent
33 Pregnancy Test Strips
Single Test Strip Merck/Equivalent
Page 37 of 44
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
34
Ceder Wood Oil 500ml/ Bottle
35 Formal dehyde (Pure) 2.5 L/Bottle Merck/Equivalent
36 Urine Reagent Strips Albumin, Sugar pH 100Strips/Bottle
URS-3/Equivalent
37 Urine Reagent Strips 10 Parameters URS-10/ Equivalent
38 Torniquet With metal clip
39 Alcohol Methyl 2.5L /Bottle Merck/Equivalent
40 Alcohol Ethyl 2.5L /Bottle
41 ASOT Kit 100 test Kit
42 DeIonized Water 5L/Gallon
43 PRP (Platelet rich plasma) disposable sterilized sample tube with Gel and ACD
10 ml
44 10% Calcium Chloride (0.5ml) disposable sterilized tube for PRP
45 Widal Anti Sera (TO,TH) 5 ml Vail Chroma/Human/Spinreact/ Equivalent
46 Blood Lancets
100/Packet
47 Cover Slip 18 x 24mm For Counting Chamber
Pair
Page 38 of 44
48 Cover Slip 18 x 18 mm 100/ Pack
49 Xylene
2.5 L Merck/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
50
Vacuatte Citrated Tubes for PT & APTT
3.8% Sidium Citrate
B.D-/Equivalent
51 Control Anti Sera Presipath
Roche/Randox/ Spinreact/Equival
ent
52 Tarpedo (Plastic Container for Serum)
1.5ml 1000/ Pack
53 Total Protein Kit 4x100ml Spinreact/Merck AMP, FORTRESS/Equivalent
54 Albumin BCG 4x100ml Spinreact/Merck AMP, FORTRESS/Equivalent
55 ANA (Anti DNA) Kit 20 Test Spinreact/Merck /Equivalent
56 Blood C/S Bottles 50 ml
57 Urine Culture Container (Sterile)
150 ml
58 Culture Swabs (Sterile) Disposable Plastic
59 Stool/ Sputum Containers 100 ml
60 Petri-dishes (Sterile) 25 ml Disposable
61 ESR Tubes for Westergren Method
200mm Germany
Page 39 of 44
62 Thermal Paper M-series for (Merck Medonic)
63 Thermal Paper For DBU-414 Thermal Printer
64 Vaccutainor EDTA 5ml Glass/Plastic B.D/Equivalent
65 Brain Heart Infusion Browth 100 gms/Bottle Merck/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
66 Filter Paper 15 grams
67 Urine Container ( Bottle)Plastic
68 Triglycerides 4x100 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
69 HDL Cholesterol 4x80 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
70 Stron Washing regent for Microlab
200/300 Merck/ Equivalent
71 Phosphorus 200 ml Merck/ SpinreactAMP, FORTRESS/Equivalent
72 Amylase 60ml Merck/ SpinreactAMP, FORTRESS/Equivalent
73 C.R.P 100 Test Merck/ SpinreactAMP, FORTRESS/Equivalent
74
Micro Pipette 05 - 50 Ul Spinreact or Equivalent
75
Micro Pipitte 100 - 1000 Ul Spinreact or Equivalent
Page 40 of 44
76
Micro Pipette 2-20 ml Spinreact or Equivalent
77 Microbiology Antibiotic discs
DISCS
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
78 B. M. Trephine Needle MatekEquivalent disposable
79 Cover Slip 24x50
80 Field Stain Liquid 500ml Merck or Equialent
81 Pap Stain Merck/Equivalent
82 Staining Jar Glass Merck/Equivalent
83 Staining Jar Plastic Merck/Equivalent
84 Slide Folder Merck/Equivalent
85 Wright Stain 500ml Merck /Equivalent
86 Iron Stain Merck/Equivalent
87 Canada Balsam Merck/Equivalent
88 Hb. A1 C 100 test Merck/Equivalent
89 Trop I (Test)
90 H2 O2
Page 41 of 44
91 Trop T(Test)
92 KoH For Fungns.
93 Sudan Black Stain
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
94 Flask 500ml
95 Cylinder 500ml
96 LISS
97 ICT Malaria Device S.D Accucheck Accurate/Equivalent
98 ICT Typhidot Device S.D Accucheck Accurate/Equivalent
99 Disposable plastic tube for serum
3ml
100 CRP Single test device S.D Accucheck Accurate/Equivalent
101 Influenza (Swine flu) H1 N1 (ICT)
102 T.B Single test device S.D Accucheck Accurate/Equivalent
103 H.Pylori single test device
S.D Accucheck Accurate/Equivalent
104 VDRL
Spinreact/Human/Omega/ Merck/Equivalent
105 Retics Stain
500ml Merck/Equivalent
Page 42 of 44
106 Coverslip 18x24mm for counting chamber
pair
107 Z. N. Stain Complete
Merck/Equivalent
108 Gram Stain Kit
Merck/Equivalent
109 RA Factor Kit
Spinreact/Human/Omega/ Merck/Equivalent
110 Lyser for Medonic M-series
05 Ltr sufficient for 1000 cycles
Merck (Original)/Equivalent
111 Diluent for Medonic M-Series
20 Ltr Sufficient for 1000 cycles
Merck (Original)/Equivalent
112 Control for Medonic M-Series
Low & Normal Merck (Original)/Equivalent
113
Hema Color Stain Original Pack
Merck (Original)/Equivalent
S.No Name of Item Specification Companies with
Specification
Packing Company with Specification Rate per ml/unit
114 H & E Stain Merck (Original)/Equivalent
115 Gel tube for Serum 3ml (Griener) Griener or equivalent
116 HBsAg (Elisa) Spinreact/Merck or equivalent
117 Anti HCV (Elisa) Spinreact/Merck or equivalent
118 Anti HIV (Elisa) Spinreact/Merck or equivalent
119 Dengue Single test 1GM 1gG D.S Accurate Accucheck/Equivalent
120
Dengue Single test NS 1 Antigen
D.S Accurate Accucheck/Equivalent
121 Fluoride Vacutainer
3.5ml
Page 43 of 44
122 Test Tube Rack Plastic
123 Syphillis (TP) ICT
124 Dengue
igG,igM NSI ICT
125 Avian flu
H5NI ICT
Name of Bidder _____________________
Signature and Stamp ________________
Page 44 of 44
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Note: Fill in the check list properly/completely along with the page marking
of the documents enclosed.
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 29
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
Page 2 of 29
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
Cost Rs. 1000/-NON REFUNDABLE DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 29
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs.1000/- (Non-refundable) LAST DATE OF RECEIPT: 06.07.2019(09:00 P.M.) DATE OF OPENING: 06.07.2019(10:00 A.M.) DATE OF FINANCIAL BID OPENING: 03.08.2019(10:00 A.M.) Contract Period. 01- Year after issuance
of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING PROVISION OF LAB EQUIPMENT ON REAGENT BASIS.
Technical specifications for Provision of lab equipment on reagent basis. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/________________ Dated Islamabad, the 2019. M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 29
SCHEDULE OF REQUIREMENT
Technical Bid
S.No Name of
Equipment
Brand with
Specification
Name and Specification of
Quoted Equipment
Remarks of Concern
Technical Member
1
Fully
Automated (3
part
differential)
Hematology
Analyzer on
Reagent Rental
Basis
Merck Medonic M-
Series or Equivalent
2 Electrolyte
Analyzer
LD300/
Easylyte or
equivalent
3
Fully
Automated
Chemistry
Analyzer
Selectra E/
Mindray BS-240
or Equivalent
Please furnish satisfactory Performance Certificate from End
User(Pathologist)
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 5 of 29
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract ;
(c) Schedule of Requirements; (d) Contract Form;
(e) Manufacturer’s Authorization Form;
(f) Bid Form; and
(g) Price Schedule.
(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS under the relevant head of Account during the financial year 2019-20 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
Page 6 of 29
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are
the subject of this Invitation for Bids and (b) the term “Services” includes related
services such as transportation, insurance, after sale service, spare Supplies
availability, etc. For purposes of this clause, “origin” means the place where the
Supplies are mined, grown, or produced, or the place from which the related services
are supplied. Supplies are produced when, through manufacturing or processing, or
substantial and major assembly of components, a commercially recognized product is
produced that is substantially different in basic characteristics or in purpose or utility
from its components.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.
Page 7 of 29
8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.
Page 8 of 29
Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due
Page 9 of 29
to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
Page 10 of 29
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
Page 11 of 29
19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied:
Page 12 of 29
The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; 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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
Page 13 of 29
27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day.
Page 14 of 29
28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10
Copies of quoted
Page 15 of 29
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from the
iii
3 Year 15 date of registration
3 Bidder's
financial status
i
Bank
Statement OR 8
15 Balance Sheet
ii Tax return 7
4
Copies of valid
Certificate(s)
i NTN 10
50
ii GST 10
iii Professional
Tax 10
iv Authorized
Distributor 20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the
Page 16 of 29
time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the
Page 17 of 29
extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract.
Page 18 of 29
41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
TERMS AND CONDITIONS OF CONTRACT FY 2019-20 PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
The Tender document including evaluation criteria for the purchase of PROVISION
OF LAB EQUIPMENT ON REAGENT BASIS will be conducted through PPRA Rules
2014 (Single Stage-Two Envelopes).
1. Reagents for Lab equipment (Rental Reagent Basis) will be supplied at
basement of the hospital by the supplier on his own transport. 2. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
Page 19 of 29
9. The sealed tender will be received up to 06.07.2019 at 09:00 AM and will be opened
at 06.07.2019 at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10. First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 03.08.2019 at 10:00 AM.
11. The rate contract through this tender/contract for the supply of PROVISION OF LAB
EQUIPMENT ON REAGENT BASIS will be for the period from 1st Sep 2019 to 30th
June 2020. The purchase will be made from time to time as per requirements of this
Hospital at the same approved rates of tender. In case you fail to supply the required
items during the contract period up to 10% Performance Guarantee will be forfeited
and the firm will be black listed.
12. Pay Order / Demand draft Rs. 40,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit up to 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s) Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
Page 20 of 29
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under relevent section of the Income Tax Ordinance
2001.
26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
Page 21 of 29
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. The contract period may be extended up to three years if allowed by the Competent
Authority.
32. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
33. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
34. Tender fee is Rs. 1,000/-(Nonrefundable).
35. The firm will not attach any condition with the tender.
36. No document other than required by hospital, should be attached along with
tender/rate contract.
37. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
38. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
39. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
40. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
Page 22 of 29
NOTE:- BIDDERS MUST MENTION THE PACKING OF ITEMS AS PER TEST COST & PER ML COST IN THEIR FINANCIAL BIDS. OTHERWISE BIDS WILL BE REJECTED DUE TO INCOMPLETE INFORMATION UNDER PPRA RULES 2014, FORMAT OF FINANCIAL BID IS ATTACHED. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 23 of 29
Satisfactory report Sample Performa
Year M/s. Equipment & Reagent Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________
Department : ______________________________
Stamp: ______________________________
Date: ______________________________
Signature: ______________________________
Page 24 of 29
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ August 2019 for by and
between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as
Customer) which expression shall, where the context permits, include its executors,
administrators, successors-in-interest and assigns of the first part.
AND M/s._______________________________, having its head office at
_________________________ and acting through the
________________________________________________________, bearing CNIC No.
(hereinafter referred to as “ ” which expression shall, where the context permits,
include its executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. The Supply of Provision of lab equipment on reagent basis to the
PESSI Hospital, Islamabad will be the responsibility of Service Provider. 2. The Maintainace of quality, quantity of l will be the responsibility of Service
Provider. 3. The service provider will ensure to swiftly respond the demand of Supply of
Provision of lab equipment on reagent basis, the response time will not be more than __________. .
Page 25 of 29
4. The Service provider will ensure supply of Supply of Provision of lab equipment on reagent basis ______________.
5. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Page 26 of 29
Price Schedule DATE OF FINANCIAL BID OPENING: 03.08.2019
SUPPLY OF PROVISION OF LAB EQUIPMENT ON REAGENT BASIS (F.Y 2019-20)
S.No Name of Items Specification Company Packing
& Rate Per ml cost
Per Test Cost
Automated Chemistry Analyzer
1 Albumin
2 Alk.Phos
3 ALT
4 AST
5 Gamma gt
6 Bilirubin Total
vox
7 Direct Bilirubin
Vox
8 Urea
9 Creatinine
10 Uric Acid
11 Cholesterol
12 TG
13 DHL Direct
14 LDL Direct
15 Total Protein
16 Amylase
17 Glucose
18 CK-Nac
Page 27 of 29
19 CKMB
20 LDH
21 Calcium
22 Iron
23 Phosphorus
24 CSF Protein
25 Megnesium
26 M.Albumin
Turbi
27 Lactate
Lyphoized
28 Lipase
29 HBA1 C
30 ADA
31 Aldolase
Lyophized
32 TIBC
33 RAF Turbi
34 ASO Turbi
35 CRP Turbi
36 Aldolase Control
37 Aldolose
Calibrator
38 Calibrator
39 Control N
40 Control H
Page 28 of 29
41 CKMB Calibrator
42 CKMB Control
Normal
43 Protein
Calibrator
44 HBA1 C
Calibrator
45 HBA1 C Control
46 CD-80 2Ltr
47 Reaction
Vuvettes
Electrolyte Analyzer
1 Na,K,CL,Ca.Ph
2 Calibration Solution
Hematology Analyzer
1 Lyse
2 Diluent
Name of Bidder _____________________
Signature and Stamp ________________
Page 29 of 29
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 29
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PANEL MEDICAL STORE
Page 2 of 29
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR FOR PANEL MEDICAL STORE
Social Security Hospital, Islamabad.
Cost Rs. 1000/-
NON REFUNDABLE
DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 29
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 06.07.2019(09:00 A.M.)
DATE OF OPENING: 06.07.2019 (11:00 A.M.)
DATE OF FINANCIAL BIDOPENING: 03.08.2019(10:00 A.M)
Contract Period. 01-Yearafter issuance of work
order (Extendable)
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: -TERMS & CONDITIONS REGARDINGFOR PANEL MEDICAL STORE.
Technical specifications for For Panel Medical Store.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 29
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC); (d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR
PANEL MEDICAL STORE under the relevant head of Account during the financial year 2019-20(herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
Page 5 of 29
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the
subject of this Invitation for Bids and (b) the term “Services” includes related services
such as transportation, insurance, after sale service, spare parts availability, etc. For
purposes of this clause, “origin” means the place where the Parts are mined, grown, or
produced, or the place from which the related services are supplied. Parts are produced
when, through manufacturing or processing, or substantial and major assembly of
components, a commercially recognized product is produced that is substantially
different in basic characteristics or in purpose or utility from its components.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.
Page 6 of 29
8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid
Page 7 of 29
10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted.
Page 8 of 29
14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
Page 9 of 29
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract.
Page 10 of 29
16.2Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
Page 11 of 29
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted;
Page 12 of 29
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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.
Page 13 of 29
27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted.
Page 14 of 29
i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee. Total Evaluation marks = 100
Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained
Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
Page 15 of 29
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from the
iii
3 Year 15 date of registration
3 Bidder's
financial status
i
Bank
Statement OR 8
15 Balance Sheet
ii Tax return 7
4
Copies of valid
Certificate(s)
i NTN 10
40
ii GST 10
iii Professional
Tax 10
iv License to Sell
Medicine 10
5.
Valid Copy of
license of
Qualified Person
i Category A 10
10
ii Category B 5
Qualifying Marks 70
Total Marks 100
Page 16 of 29
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award
Page 17 of 29
35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The conduction of clinical investigation shall be w.e.f the next date after the date of issue of Purchase Order (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late processing of Pathological Investigations beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost.
Page 18 of 29
41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin. 4. Standards
Page 19 of 29
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation
Page 20 of 29
13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Processing of the samples shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements.
Page 21 of 29
21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Processing of the samples , the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the
Page 22 of 29
control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 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. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices
Page 23 of 29
29.1 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. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
1. The Transportation of medicine will be done by service provider.
2. Cash receipt (in original) token of having purchased the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightaway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to waive off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Page 24 of 29
Special Conditions of Contract (SCC) (Pkg-2)
TERMS AND CONDITIONS OF PANEL MEDICAL STORE
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender FOR PANEL MEDICAL STORE (Medicine & Surgical Items) will be
conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).
2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
3. The sealed tender will be received on 06.07.2019 till 09:00 AM and will be opened on
06.07.2019 at 11:00 AM in the presence of party / firms representative on the same day
(no bid will be received after the dead line according PPRA Rules 2014).
4. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative
Lists) will be completed on the same day positively. The Financial Bid will be opened on
03.08 .2019 in the presence of party / firms representative after announcement of
Evaluation report .
5. The technical committee shall perform surprise visit of the facility to evaluate and
inspect the services offered by the bidder. The visits shall be done any time after the
opening of technical bid and also from time to time during the duration of
agreement after awarding the tender to successful bidder. The technical committee
decision will be based on the inspection of the facility and bidder’s past performance
(if any) with the hospital.
6. Discount rates must be inserted on departmental tender/contract form duly signed
& stamped.
7. The firm bidder should have at least 03 year experience in selling or dispensing the
medicine/surgical consumable etc and must provide valid drug sale incense on the
date of bid opening for allopathic medicine issued by the state drug authorities.
8. The firm/bidder must not have been convicted by the state drug authorities and no
case should be pending.
9. The rate contract through this tender/contract will be for the period from 01.09.2019to
30th
June 2020. The purchases will be made from time to time as per requirements of this
Hospital at the same approved rates of tender.
10. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory. 11. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital
Islamabad within 15 days positively.
12. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y
2019-20. 13. The rates once finalized will be applicable for whole of the contract period irrespective of
any change in currency rate in open market.
14. The bidder should submit an undertaking for the items of same specifications, quality
/brand etc on judicial paper that the price quoted in the tender is not more than the market
Page 25 of 29
price or price charged from any other Public Sector. If it is noted that rate quoted is over /
above the market rate, undersigned has the right to cancel the tender.
15. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or
excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
16. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 06
hours days & 2% for the next 06 hours.
17. An intimation letter/first reminder will be sent to supplier upon failure to deliver within
02 days. Another intimation letter/second reminder will be served after one 05 days if
still failure to supply.
18. If the services are not completed despite two reminders and a final notice will be served
against the firm according to the gravity of situation. Then contract of the supplier will be
treated as cancelled.
19. In case of emergency requirement; Risk Purchases shall be made and amount incurred
will be recovered from the contractor.
20. The Firm/Party shall provide medicine and surgical items at “THE PUNJAB
EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own
cost.
21. The Firm will ensure the delivery of medicine/surgical items within 06 Hours after
issuance of M-20 request through E-mail. In case of non-availability of specific
medicine/surgical item , the panel store will inform the M-20 department within 30
minutes for seeking substitute/alternative drugs/surgical.
22. The Panel Medical Store located within 06 KM radius of PESSI Hospital Islamabad
will be given preference.
23. Tender fee is Rs. 1000/- (Nonrefundable).
24. Rule 36A. One person one bid will be followed strictly.
25. The firm will not attach any condition with the tender.
26. The firm has no right to make any change in the tender once submitted.
27. The firm should be registered in the Income Tax/Sales Tax.
28. The Tender can be extended upto 03Years subject to satisfactory performance, Market
Price and Principle of Procurement.
29. The Competent Authority / Purchase Committee has reserved the right to reject any one
or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 26 of 29
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which
expression shall, where the context permits, include its executors, administrators, successors-in-interest
and assigns of the first part.
AND M/s._______________________________, having its head office at _________________________ and
acting through the ________________________________________________________, bearing CNIC
No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its
executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: PANEL MEDICAL STORE.
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
1. The provision of M-20 Medicine at PESSI Hospital Islamabad will be the responsibility of service
provider.
2. The quantity and quality of M-20 medicine will be the responsibility of service provider.
3. The service provider will ensure to swiftly respond to the demand for M-20 medicine by PESSI
Hospital Islamabad within 06 hours.
4. The bidding documents shall also be compulsory part of this agreement.
Page 27 of 29
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.
2.
Signed/Sealed by Authorized officer PESSI 1.
2.
Page 28 of 29
Price Schedule
DATE OF FINANCIAL BID OPENING: 03.08 .2019
FOR PANEL MEDICAL STORE (F.Y 2019-20)
S.No Name of Medical Store Offered Discount as per Retail
Price of Medicine
1
NAME OF BIDDER________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 29 of 29
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Acceptance of terms and condition, tender documents duly signed and stamped.
6. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
7. Price should not be mentioned on technical bid.
8. Bank statement / Balance sheet, National tax number ,General Sale Tax and valid drug sale license certificate.
9. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents
enclosed.
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any government/autonomous institution at any time .in case of submission of false statement by the firm ,the department reserve the right to take any punitive action
including forfeiture of security, under the rules . Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 54
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FORTAKING
CLINICAL LAB ON PANNEL FOR
VARIOUS INVESTIGATIONS
Page 2 of 54
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS
Social Security Hospital, Islamabad.
Cost Rs. 1000/-
NON REFUNDABLE
DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 1000/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 54
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 09.07.2019(09:00 A.M.)
DATE OF OPENING: 09.07.2019 (10:00 A.M.)
DATE OF FINANCIAL BIDOPENING: 05.08.2019(10:00 A.M)
Contract Period. 01-Yearafter issuance of work
order (Extendable)
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: -TERMS & CONDITIONS REGARDINGTAKING CLINICAL LAB ON
PANNEL FOR VARIOUS INVESTIGATIONS.
Technical specifications for Taking Clinical Lab On Panel For Various Investigations.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 54
Schedule of Requirement
Technical Bid 2019-20
List of Tests To Be Performed
S.No NAME OF LABORATORY TEST
Performed
Within Lab
Yes or No
CHEMICAL PATHOLOGY
1 Blood Gases and Acid Base Status (Arterial blood)
2 Serum Bicarbonate level
3 Serum Calcium Ionized
4 Serum Calcium Total
5 Serum Magnesium
6 Serum Phosphates
7 Serum Ketones
8 Serum AST
9 Serum CK
10 Serum CK-MB
11 Serum LDH
12 TROP T (Rapid Test)
13 TROP I (Rapid Test)
14 Glycosylated Haemoglobin
15 Plasma Glucose (Fasting)
16 Plasma Glucose (Random)
17 Serum HDL Cholesterol
18 Serum LDL Cholesterol
19 Serum Total Cholesterol
Page 5 of 54
20 Serum Triglycerides
21 Plasma Ammonia
22 BNP Levels
23 Serum Albumin
24 Serum Total Bilirubin
25 Serum Direct Bilirubin
26 Serum Indirect Bilirubin
27 Serum ALT
28 Serum Alkaline Phosphatase
29 Serum Gamma GT
30 Serum Total Protein
31 Serum Ascitic Albumin Gradient (SAAG)
32 Glucose Challenge Test (50g)
33 Oral Glucose Tolerance (75g)
34 Plasma Lactate
35 Plasma Osmolality
36 Serum Albumin to Globulin Ratio
37 Serum Amylase
38 Serum Iron
39 Serum Lipase
40 Serum Prostatic Acid Phosphatase
41 Serum TIBC
42 Serum Total Acid Phosphatase
43 Serum Aldolase
44 Serum Sodium
Page 6 of 54
45 Serum Potassium
46 Serum Chloride
47 Serum Lithium
48 Serum Urea
49 Serum Creatinine
50 Serum Uric Acid
51 24 hrsCreatinine Clearance
52 24 hrs Urine Calcium
53 24 hrs Urine Phosphates
54 24 hrs Urine Protein
55 24 hrs Urine Urea
56 24 hrs Urine For Microalbumin
57 Urine Sodium
58 Urine Potassium
59 Urine Chloride
60 Urine Ketones
61 Urine Amylase
62 Urine Creatinine
63 Urine Osmolality
64 Urine Uric Acid
65 Spot Urine for microalbumin
66 Fluid Albumin
67 Fluid Amylase
68 Fluid Creatinine
69 Fluid for Cholesterol
Page 7 of 54
70 Fluid for Chloride
71 Fluid for Triglycerides
72 Fluid ADA Level
73 Fluid Glucose
74 Fluid LDH
75 Fluid Lipase
76 Fluid Sodium
77 Fluid Potasium
78 Fluid Protein
79 Urinary Albumin Creatinine Ratio (On Spot Urine)
SPECIAL CHEMISTRY
80 Serum Estradiol
81 Serum FSH
82 Serum LH
83 Serum Progesterone
84 Serum Prolactin
85 Sex Hormone Binding Globulin
86 Serum Testosterone
87 Growth Hormone (Basal Level)
88 Growth Hormone (Post LevoDopa)
89 Growth Hormone(Post Exercise)
90 17-Hydroxy Progesterone
91 C-Peptide (Fasting)
92 DHEA-S
93 GnRH Stimulation Test
Page 8 of 54
94 Growth Hormone Suppression Test
95 HCG Stimulation Test
96 Insulin Tolerance Test
97 Plasma ACTH
98 Anti TPO Antibodies
99 Anti TSH Receptor Antibodies(TRAB)
100 Plasma Parathyroid Hormone
101 Serum Ferritin
102 Serum Caeruloplasmin
103 Serum Thyroglobulin
104 Serum Insulin Fasting
105 Serum Free T3
106 Serum Total T3
107 Serum Free T4
108 Serum Total T4
109 Serum TSH
110 HLA B27
111 Anti Adrenal Antibodies
112 Anti Cardiolipin Antibodies
113 Anti Centromere antibodies
114 Anti ds DNA antibodies
115 Anti Endomyseal antibodies
116 Anti Extractable Nuclear Antigen Antibodies
117 Anti Gliadin antibodies
118 Anti TTG Antibodies
Page 9 of 54
119 Anti intrinsic factor Antibody
120 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)
121 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)
122 Anti Nuclear Antibodies
123 Anti reticulin antibodies
124 Anti Reticulin Antibodies Titre
125 Anti Ribosome Antibodies
126 Anti-Cyclic Citrullinated Peptide Antibodies
127 Complement C3
128 Complement C4
129 Cryoglobulins
130 Gastric Parietal cell antibodies
131 RA factor Qualitative
132 RA Factor Quantitative
133 Skeletal muscle antibodies
134 Insulin antibodies/Islet cell antibodies
135 Anti Thyroglobulin antibodies
136 Anti Thyroid Microsomal antibodies
137 Anti histone antibodies
138 Anti Glomerular Basement membrane antibodies
139 Liver Kidney microsomal Antibodies
140 Smooth muscle antibodies
141 Mitochondrial Antibodies
142 Antinucleolar antibodies
143 Anti Sperm Antibodies
Page 10 of 54
144 Alpha-1 Antitrypsin
145 IgA-Immunoglobulin Level
146 IgE-Immunoglobulin Level
147 IgG-Immunoglobulin Level
148 IgM Immunoglobulin Level
149 CRP - C reactive protein (Quantitative)
150 ß-2 Microglobulin
151 Serum H.pyloriIgMIgG antibodies
152 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)
153 H. pylori Stool Antigen
154 Hydated/Ecchinococcus Antibodies
155 Serum ACE
156 Serum Cortisol
157 Serum Copper
158 Serum Protein Electrophoresis
159 Urinary Copper
160 Serum Total Vitamin D
161 Serum Alpha Fetoprotein
162 CA 125
163 CA 19-9
164 Carcinoembryonic Antigen (CEA)
165 Serum Prostate specific antigen
166 Serum Folate
167 Serum ß-HCG
168 Serum VIT B12
Page 11 of 54
169 Complement fixation test
170 Mumps antibody
171 Poliovirus antibody
172 Serum for Antibody to Herpes Simplex (HSV)
173 Varicella zoster antibody
174 Hepatitis B surface antigen (HBsAg) by ICT
175 Anti β2 Glycoprotein 1 Antibodies
176 Antibody to hepatitis C virus (Anti HCV) by ICT
177 Hepatitis B surface antigen (HBsAg) by ELISA
178 Antibody to hepatitis C virus (Anti HCV) by ELISA
179 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA
180 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA
181 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA
182 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA
183 HBeAg by ELISA
184 Antibody to Hepatitis D virus by ELISA
185 Antibody to Hepatitis E virus by ELISA
186 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA
187 Dengue Virus NS I (ELISA)
188 Dengue Virus IgG (ELISA)
189 Dengue virus IgM (ELISA)
190 Antibodies to H5N1 antigen
191 Anti HIV antibodies (ELISA)
192 Epstien Barr Virus IgM
193 Antibody to Toxoplasma virus (IgM and IgG) By ELISA
Page 12 of 54
194 Antibody to Rubella virus (IgM and IgG) By ELISA
195 Parvo virus B19 IgM
196 Rota virus antigen in stool
197 Brucella Antibody test
198 Typhidot test (IgM and IgG)
HAEMATOLOGY
199 Blood Complete Picture
200 Peripheral Blood Film
201 Reticulocyte count
202 Bone Marrow Aspiration (Sampling + Report)
203 Bone Marrow Trephine (Sampling + Report)
204 Bone Marrow slides for review
205 HbElectrophresis
206 Blood Group
207 G6PD screening test
208 Heinz body test
209 RBC osmotic fragility test
210 Urine haemosiderin
211 Lupus anticoagulant
212 Antithrombin
213 FDPs
214 D- dimers
215 Erythrocyte Sedimentation Rate
216 Factor V Leiden Screening Test
217 Factor VIII inhibitor
Page 13 of 54
218 G6PD screening test
219 Hams test
220 PT / INR
221 APTT
222 LAP score
223 LE Cell Test
224 ICT MP
225 Nasal Smear for eosinophils
226 Peripheral Film for Malarial Parasite
227 Peripheral Film for Microfilaria
228 Plasma Fibrinogen
229 Protein C
230 Protein S
231 Sickling Test
232 Smear for Leishmaniasistropica (LT) bodies
233 Sputum for Eosinophils
234 Thrombin time
PCR
235 PCR for Xmn-I Polymorphism
236 PCR for bcr-abl gene rearrangement
237 PCR for Factor V Leiden
238 PCR for Haemophilia
239 PCR for JAK2 mutation:
240 PCR for thalassaemia
241 PCR for trisomies
Page 14 of 54
242 Hepatitis B DNA PCR (Qualitative)
243 Hepatitis B DNA PCR (Quantitative)
244 Hepatitis B Genotyping
245 HCV RNA PCR (Qualitative)
246 HCV RNA PCR (Quantitative)
247 HCV Genotyping
HISTOPATHOLOGY
248 FNAC Procedure and Examination
249 Specimen for Histopathology
250 Estrogen Receptor Studies
251 Progesterone Receptor Studies
252 Her-2-Neu
253 Histopath Special stain
254 Histopath Slides / Blocks review
255 Fluid for cytology
256 PAP Smear
MICROBIOLOGY
257 Bacteria for C/S (Any specimen)
258 Blood for C/S
259 Urine for C/S
260 Fungus For Culture
261 AFB Culture
262 Swab for fungal hyphae
263 ASOT
264 TPHA
Page 15 of 54
265 VDRL
266 WIDAL TEST
TOXICOLOGY
267 Drugs of Abuse Screening
268 Blood Alcohol
269 Serum Benzodiazepines
270 Urinary Cannabinoids
271 Urinary Opiates
272 Urine Alcohol
273 Urine Barbiturates
274 Urine Benzodiazepines
SPECIAL TUBERCULOSIS TESTS
275 Quantiferon TB Gold test (by IGRA)
276 Genexpert TB/RIF
277 PCR for M TB
278 TB Serology
CLINICAL PATHOLOGY
279 Urine RE
280 Sputum for AFB
281 Sputum for Gram Stain
282 Sputum RE
283 Stool Ova/Cyst
284 Stool RE
285 Stool for Occult blood
286 Urine for Bence Jones Proteins (BJP)
Page 16 of 54
287 Ascitic Fluid Routine Examination
288 Fluid For Routine Examination (Any body fluid)
289 Pleural Fluid Routine Examination
290 CSF Routine Examination
291 Semen analysis
292 Pregnancy Test Urine
293 Renal stone analysis
MULTIPLE TESTS UNDER ONE HEADING
294 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)
295 Lipid Profile (Serum Total Cholesterol, LDL, HDL,
Triglycerides)
296 Liver Function Tests (Serum Total Bilirubin, Serum Direct
Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)
297 Renal Function Tests (Serum Urea, Creatinine, Uric acid)
298 Serum Electrolytes (Sodium, Potasium, Chloride)
299 Thyroid Function Tests (Total T3, Total T4, TSH)
300 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)
Page 17 of 54
SIGNATURE & STAMP OF THEBIDDER . ________________________________
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS under the relevant head of Account during the financial year 2019-20(herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts.
Page 18 of 54
3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the
subject of this Invitation for Bids and (b) the term “Services” includes related services
such as transportation, insurance, after sale service, spare parts availability, etc. For
purposes of this clause, “origin” means the place where the Parts are mined, grown, or
produced, or the place from which the related services are supplied. Parts are produced
when, through manufacturing or processing, or substantial and major assembly of
components, a commercially recognized product is produced that is substantially
different in basic characteristics or in purpose or utility from its components.
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the
Page 19 of 54
query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and
Page 20 of 54
II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected.
Page 21 of 54
13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
Page 22 of 54
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract.
Page 23 of 54
16.2Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
Page 24 of 54
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted;
Page 25 of 54
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; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (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 as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.
Page 26 of 54
27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted.
Page 27 of 54
i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee. Total Evaluation marks = 100
Passing Marks = 70
S.No Assessment Parameter Score Items Marks Division Marks
1
NTN No. & GST
Registration & Copy
thereof
NTN No. 5
15 Professional Tax 5
GST No. 5
2
Financial Soundness of the
Firm
If Balance sheet and bank
statement both are
Deposited than only marks
of balance sheet (09Marks)
Would be counted.
Income Tax Paid
Certificate 6
15
Balance Sheet Or 9
Bank Statement 6
Page 28 of 54
Tapering down
phenomenon
regarding rating of marks
shall be applied on
competitive firms.
3
Over all Reputation in
Reference to the
performance of tests and
results. Shall be envisaged
by the following criteria;
No. of
reference/certificates
provided regarding
performance of the Tests
from head of the
concerned
institute/hospital.
Reference/certificate of
the test & reports shall
be verified by the PESSI
independently.
Public Sector = 05
Private Sector = 05
Private Sector + Public
Sector 10
10
Public Sector 5
Private Sector 5
4
RATING BY PESSI CONSULTANTS 60
Sr# Particular Marks
I Test performed within the lab (01-mark for each)
a)Routine
b)Special Chem/Elisa
c)PCR
d)Genotyping
e)Microbiology c/s
f)Hematology
g)Histopathology
07
Ii Equipment relevant to the testing facility. (Attach the
detail of equipment with make & model.
05
Iii Online Reporting facility 03
Iv Delivery of reports within 24 hours (01-mark for each)
a)Routine
b)Special Chem/Elisa
c)PCR
05
Page 29 of 54
d)Genotyping
e) Hematology
V Consultants & Technical Staff.
a)Full Time Consultant = 10
b)Visiting Consultant = 05
c)Medical Technologist = 05
15
Vi Quality & Control Programmes
a) External quality = 10
b) Internal quality =03
c) ISO certification=02
15
Vii Courier Facility available
(Pick & drop of samples & reports)
05
viii General Atmosphere 05
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.
Page 30 of 54
33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid
Page 31 of 54
down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The conduction of clinical investigation shall be w.e.f the next date after the date of issue of Purchase Order (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late processing of Pathological Investigations beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/
Page 32 of 54
Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin. 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of
Page 33 of 54
inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQCwill be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.
Page 34 of 54
18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Processing of the samples shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Processing of the samples , the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of
Page 35 of 54
anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 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.
Page 36 of 54
26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 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. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
1. The Transportation of samples will be done by service provider.
2. Cash receipt (in original) token of having purchased the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightaway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
Page 37 of 54
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to waive off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender for Taking Clinical Lab On Panel For Various Investigations will be
conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).
2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
3. The sealed tender will be received on 09.07.2019 till 09:00 AM and will be opened on
09.07.2019 at 10:00 AM in the presence of party / firms representative on the same day
(no bid will be received after the dead line according PPRA Rules 2014).
4. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative
Lists) will be completed on the same day positively. The Financial Bid will be opened on
05.08 .2019 in the presence of party / firms representative after announcement of
Evaluation report .
5. The technical committee shall perform surprise visit of the facility to evaluate and
inspect the services offered by the bidder. The visits shall be done any time after the
opening of technical bid and also from time to time during the duration of
agreement after awarding the tender to successful bidder. The technical committee
decision will be based on the inspection of the facility and bidder’s past performance
(if any) with the hospital.
6. The rate contract through this tender/contract will be for the period from 01.09.2019to
30th
June 2020. The purchases will be made from time to time as per requirements of this
Hospital at the same approved rates of tender.
7. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory. 8. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital
Islamabad within 15 days positively.
9. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y
2019-20. 10. The rates once finalized will be applicable for whole of the contract period irrespective of
any change in currency rate in open market.
11. The bidder should submit an undertaking for the items of same specifications, quality
/brand etc on judicial paper that the price quoted in the tender is not more than the market
Page 38 of 54
price or price charged from any other Public Sector. If it is noted that rate quoted is over /
above the market rate, undersigned has the right to cancel the tender.
12. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or
excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
13. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15
days & 2% for the next 15 days.
14. An intimation letter/first reminder will be sent to supplier upon failure to deliver within
02 days. Another intimation letter/second reminder will be served after one 05 days if
still failure to supply.
15. If the services are not completed despite two reminders and a final notice will be served
against the firm according to the gravity of situation. Then contract of the supplier will be
treated as cancelled.
16. In case of emergency requirement; Risk Purchase/diagnostics shall be made and amount
incurred will be recovered from the contractor.
17. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
18. The Firm will ensure the delivery of reports(hard copy) within 24 Hours and
consumable supplies on monthly basis.
19. The minimum response time for attending the patients should not be more than 05
hours.
20. Tender fee is Rs. 1000/- (Nonrefundable).
21. Rule 36A. One person one bid will be followed strictly.
22. The firm will not attach any condition with the tender.
23. The firm has no right to make any change in the tender once submitted.
24. The firm should be registered in the Income Tax/Sales Tax.
25. The Tender can be extended upto 03Years subject to satisfactory performance, Market
Price and Principle of Procurement.
26. The Competent Authority / Purchase Committee has reserved the right to reject any one
or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 39 of 54
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which
expression shall, where the context permits, include its executors, administrators, successors-in-interest
and assigns of the first part.
AND M/s._______________________________, having its head office at _________________________ and
acting through the ________________________________________________________, bearing CNIC
No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its
executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Taking Clinical Lab On Pannel For Various
Investigations.
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
1. The Pathological investigations should be done by trained professionals on state of art equipment. 2. The patients having the referral slips should be facilitated on priority basis. 3. The reports/findings of diagnostics should be delivered to this hospital within 12-18 Hours
positively. 4. The Transportation of samples & delivery of reports will be done by Service
providers .
Page 40 of 54
5. The consultants of service provider will be bound to attend any type of clinical meeting at PESSI
Hospital regarding non-co relating of clinical & diagnostics finding, in case of non-compliance
the contract can be cancelled and firm will be black listed. 6. The service provider will ensure to provide Emergency medicals services in case of any type of
Medical emergency or adverse drug reaction, However no charges will be admissible. 7. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.
2.
Signed/Sealed by Authorized officer PESSI 1.
2.
Page 41 of 54
Price Schedule
DATE OF FINANCIAL BID OPENING: 05.08 .2019
Taking Clinical Lab On Pannel For Various Investigations (F.Y 2019-20)
S.No NAME OF LABORATORY TEST Rate Offered
CHEMICAL PATHOLOGY
1 Blood Gases and Acid Base Status (Arterial blood)
2 Serum Bicarbonate level
3 Serum Calcium Ionized
4 Serum Calcium Total
5 Serum Magnesium
6 Serum Phosphates
7 Serum Ketones
8 Serum AST
9 Serum CK
10 Serum CK-MB
11 Serum LDH
12 TROP T (Rapid Test)
13 TROP I (Rapid Test)
14 Glycosylated Haemoglobin
15 Plasma Glucose (Fasting)
16 Plasma Glucose (Random)
17 Serum HDL Cholesterol
18 Serum LDL Cholesterol
19 Serum Total Cholesterol
Page 42 of 54
20 Serum Triglycerides
21 Plasma Ammonia
22 BNP Levels
23 Serum Albumin
24 Serum Total Bilirubin
25 Serum Direct Bilirubin
26 Serum Indirect Bilirubin
27 Serum ALT
28 Serum Alkaline Phosphatase
29 Serum Gamma GT
30 Serum Total Protein
31 Serum Ascitic Albumin Gradient (SAAG)
32 Glucose Challenge Test (50g)
33 Oral Glucose Tolerance (75g)
34 Plasma Lactate
35 Plasma Osmolality
36 Serum Albumin to Globulin Ratio
37 Serum Amylase
38 Serum Iron
39 Serum Lipase
40 Serum Prostatic Acid Phosphatase
41 Serum TIBC
42 Serum Total Acid Phosphatase
43 Serum Aldolase
44 Serum Sodium
Page 43 of 54
45 Serum Potassium
46 Serum Chloride
47 Serum Lithium
48 Serum Urea
49 Serum Creatinine
50 Serum Uric Acid
51 24 hrsCreatinine Clearance
52 24 hrs Urine Calcium
53 24 hrs Urine Phosphates
54 24 hrs Urine Protein
55 24 hrs Urine Urea
56 24 hrs Urine For Microalbumin
57 Urine Sodium
58 Urine Potassium
59 Urine Chloride
60 Urine Ketones
61 Urine Amylase
62 Urine Creatinine
63 Urine Osmolality
64 Urine Uric Acid
65 Spot Urine for microalbumin
66 Fluid Albumin
67 Fluid Amylase
68 Fluid Creatinine
69 Fluid for Cholesterol
Page 44 of 54
70 Fluid for Chloride
71 Fluid for Triglycerides
72 Fluid ADA Level
73 Fluid Glucose
74 Fluid LDH
75 Fluid Lipase
76 Fluid Sodium
77 Fluid Potasium
78 Fluid Protein
79 Urinary Albumin Creatinine Ratio (On Spot Urine)
SPECIAL CHEMISTRY
80 Serum Estradiol
81 Serum FSH
82 Serum LH
83 Serum Progesterone
84 Serum Prolactin
85 Sex Hormone Binding Globulin
86 Serum Testosterone
87 Growth Hormone (Basal Level)
88 Growth Hormone (Post LevoDopa)
89 Growth Hormone(Post Exercise)
90 17-Hydroxy Progesterone
91 C-Peptide (Fasting)
92 DHEA-S
93 GnRH Stimulation Test
Page 45 of 54
94 Growth Hormone Suppression Test
95 HCG Stimulation Test
96 Insulin Tolerance Test
97 Plasma ACTH
98 Anti TPO Antibodies
99 Anti TSH Receptor Antibodies(TRAB)
100 Plasma Parathyroid Hormone
101 Serum Ferritin
102 Serum Caeruloplasmin
103 Serum Thyroglobulin
104 Serum Insulin Fasting
105 Serum Free T3
106 Serum Total T3
107 Serum Free T4
108 Serum Total T4
109 Serum TSH
110 HLA B27
111 Anti Adrenal Antibodies
112 Anti Cardiolipin Antibodies
113 Anti Centromere antibodies
114 Anti ds DNA antibodies
115 Anti Endomyseal antibodies
116 Anti Extractable Nuclear Antigen Antibodies
117 Anti Gliadin antibodies
118 Anti TTG Antibodies
Page 46 of 54
119 Anti intrinsic factor Antibody
120 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)
121 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)
122 Anti Nuclear Antibodies
123 Anti reticulin antibodies
124 Anti Reticulin Antibodies Titre
125 Anti Ribosome Antibodies
126 Anti-Cyclic Citrullinated Peptide Antibodies
127 Complement C3
128 Complement C4
129 Cryoglobulins
130 Gastric Parietal cell antibodies
131 RA factor Qualitative
132 RA Factor Quantitative
133 Skeletal muscle antibodies
134 Insulin antibodies/Islet cell antibodies
135 Anti Thyroglobulin antibodies
136 Anti Thyroid Microsomal antibodies
137 Anti histone antibodies
138 Anti Glomerular Basement membrane antibodies
139 Liver Kidney microsomal Antibodies
140 Smooth muscle antibodies
141 Mitochondrial Antibodies
142 Antinucleolar antibodies
143 Anti Sperm Antibodies
Page 47 of 54
144 Alpha-1 Antitrypsin
145 IgA-Immunoglobulin Level
146 IgE-Immunoglobulin Level
147 IgG-Immunoglobulin Level
148 IgM Immunoglobulin Level
149 CRP - C reactive protein (Quantitative)
150 ß-2 Microglobulin
151 Serum H.pyloriIgMIgG antibodies
152 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)
153 H. pylori Stool Antigen
154 Hydated/Ecchinococcus Antibodies
155 Serum ACE
156 Serum Cortisol
157 Serum Copper
158 Serum Protein Electrophoresis
159 Urinary Copper
160 Serum Total Vitamin D
161 Serum Alpha Fetoprotein
162 CA 125
163 CA 19-9
164 Carcinoembryonic Antigen (CEA)
165 Serum Prostate specific antigen
166 Serum Folate
167 Serum ß-HCG
168 Serum VIT B12
Page 48 of 54
169 Complement fixation test
170 Mumps antibody
171 Poliovirus antibody
172 Serum for Antibody to Herpes Simplex (HSV)
173 Varicella zoster antibody
174 Hepatitis B surface antigen (HBsAg) by ICT
175 Anti β2 Glycoprotein 1 Antibodies
176 Antibody to hepatitis C virus (Anti HCV) by ICT
177 Hepatitis B surface antigen (HBsAg) by ELISA
178 Antibody to hepatitis C virus (Anti HCV) by ELISA
179 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA
180 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA
181 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA
182 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA
183 HBeAg by ELISA
184 Antibody to Hepatitis D virus by ELISA
185 Antibody to Hepatitis E virus by ELISA
186 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA
187 Dengue Virus NS I (ELISA)
188 Dengue Virus IgG (ELISA)
189 Dengue virus IgM (ELISA)
190 Antibodies to H5N1 antigen
191 Anti HIV antibodies (ELISA)
192 Epstien Barr Virus IgM
193 Antibody to Toxoplasma virus (IgM and IgG) By ELISA
Page 49 of 54
194 Antibody to Rubella virus (IgM and IgG) By ELISA
195 Parvo virus B19 IgM
196 Rota virus antigen in stool
197 Brucella Antibody test
198 Typhidot test (IgM and IgG)
HAEMATOLOGY
199 Blood Complete Picture
200 Peripheral Blood Film
201 Reticulocyte count
202 Bone Marrow Aspiration (Sampling + Report)
203 Bone Marrow Trephine (Sampling + Report)
204 Bone Marrow slides for review
205 HbElectrophresis
206 Blood Group
207 G6PD screening test
208 Heinz body test
209 RBC osmotic fragility test
210 Urine haemosiderin
211 Lupus anticoagulant
212 Antithrombin
213 FDPs
214 D- dimers
215 Erythrocyte Sedimentation Rate
216 Factor V Leiden Screening Test
217 Factor VIII inhibitor
Page 50 of 54
218 G6PD screening test
219 Hams test
220 PT / INR
221 APTT
222 LAP score
223 LE Cell Test
224 ICT MP
225 Nasal Smear for eosinophils
226 Peripheral Film for Malarial Parasite
227 Peripheral Film for Microfilaria
228 Plasma Fibrinogen
229 Protein C
230 Protein S
231 Sickling Test
232 Smear for Leishmaniasistropica (LT) bodies
233 Sputum for Eosinophils
234 Thrombin time
PCR
235 PCR for Xmn-I Polymorphism
236 PCR for bcr-abl gene rearrangement
237 PCR for Factor V Leiden
238 PCR for Haemophilia
239 PCR for JAK2 mutation:
240 PCR for thalassaemia
241 PCR for trisomies
Page 51 of 54
242 Hepatitis B DNA PCR (Qualitative)
243 Hepatitis B DNA PCR (Quantitative)
244 Hepatitis B Genotyping
245 HCV RNA PCR (Qualitative)
246 HCV RNA PCR (Quantitative)
247 HCV Genotyping
HISTOPATHOLOGY
248 FNAC Procedure and Examination
249 Specimen for Histopathology
250 Estrogen Receptor Studies
251 Progesterone Receptor Studies
252 Her-2-Neu
253 Histopath Special stain
254 Histopath Slides / Blocks review
255 Fluid for cytology
256 PAP Smear
MICROBIOLOGY
257 Bacteria for C/S (Any specimen)
258 Blood for C/S
259 Urine for C/S
260 Fungus For Culture
261 AFB Culture
262 Swab for fungal hyphae
263 ASOT
264 TPHA
Page 52 of 54
265 VDRL
266 WIDAL TEST
TOXICOLOGY
267 Drugs of Abuse Screening
268 Blood Alcohol
269 Serum Benzodiazepines
270 Urinary Cannabinoids
271 Urinary Opiates
272 Urine Alcohol
273 Urine Barbiturates
274 Urine Benzodiazepines
SPECIAL TUBERCULOSIS TESTS
275 Quantiferon TB Gold test (by IGRA)
276 Genexpert TB/RIF
277 PCR for M TB
278 TB Serology
CLINICAL PATHOLOGY
279 Urine RE
280 Sputum for AFB
281 Sputum for Gram Stain
282 Sputum RE
283 Stool Ova/Cyst
284 Stool RE
285 Stool for Occult blood
286 Urine for Bence Jones Proteins (BJP)
Page 53 of 54
287 Ascitic Fluid Routine Examination
288 Fluid For Routine Examination (Any body fluid)
289 Pleural Fluid Routine Examination
290 CSF Routine Examination
291 Semen analysis
292 Pregnancy Test Urine
293 Renal stone analysis
MULTIPLE TESTS UNDER ONE HEADING
294 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)
295 Lipid Profile (Serum Total Cholesterol, LDL, HDL,
Triglycerides)
296 Liver Function Tests (Serum Total Bilirubin, Serum Direct
Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)
297 Renal Function Tests (Serum Urea, Creatinine, Uric acid)
298 Serum Electrolytes (Sodium, Potasium, Chloride)
299 Thyroid Function Tests (Total T3, Total T4, TSH)
300 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)
NAME OF BIDDER________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 54 of 54
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No
KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Note: Fill in the check list properly/completely along with the page marking
of the documents enclosed.
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 28
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PRINTING & PURCHASE OF STATIONERY ITEMS
Page 2 of 28
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR PRINTING & PURCHASE OF STATIONERY ITEMS
Social Security Hospital, Islamabad.
Cost Rs. 500/-
NON REFUNDABLE
DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 500/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 28
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 500/- (Non-refundable)
LAST DATE OF RECEIPT: 09.07.2019 (09:00 A.M.)
DATE OF OPENING: 09.07.2019 (11:00 A.M.)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING PRINTING & PURCHASE OF
STATIONERY ITEMS.
Technical specifications for PRINTING & PURCHASE OF STATIONERY ITEMS.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2018.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 28
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form; (f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PRINTING & PURCHASE OF STATIONERY ITEMS under the relevant head of Account during the financial year 2018-19 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
Page 5 of 28
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services .
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation
Page 6 of 28
criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid
Page 7 of 28
11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
Page 8 of 28
15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
Page 9 of 28
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract.
Page 10 of 28
16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelope shall be marked as “ Tender For Printing & Purchase of Stationery” in bold and legible letters to avoid confusion. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid.
Page 11 of 28
20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – Single envelope bidding procedure 24.1 Single stage – one envelope procedure.– Each bid shall comprise one single envelope containing, separately, financial proposal and technical proposal (if any). All bids received shall be opened and evaluated in the manner prescribed in the bidding document. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open the Bidding Documents/Bid in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. 26. Clarification of Bids
Page 12 of 28
26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 29. Contacting the Procuring Agency. 29.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 29.2 Any effort by a Bidder to influence the Procuring Agency in its decisions 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.
Page 13 of 28
31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted.
Page 14 of 28
37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The PRINTING & PURCHASE OF STATIONERY ITEMS shall be w.e.f. 01.08.2019 to 30.06.2020 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late PRINTING & PURCHASE OF STATIONERY ITEMS beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
Page 15 of 28
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.
Page 16 of 28
5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples Samples will be provided along with bid/ 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Supply to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract.
Page 17 of 28
14. Incidental Services 15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 PRINTING & PURCHASE OF STATIONERY ITEMS shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely PRINTING & PURCHASE OF STATIONERY ITEMS, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is
Page 18 of 28
subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier
Page 19 of 28
shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 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. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 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. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
1. The PRINTING & PURCHASE OF STATIONERY ITEMS will be done by service
provider at own Transportation at PESSI hospital Islamabad.
Page 20 of 28
2. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender for PRINTING & PURCHASE OF STATIONERY ITEMS will be
conducted through PPRA Rules 2014 (Single Stage- Single Envelope).
Page 21 of 28
2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
3. The sealed tender will be received 09.07.2019 till 09:00 AM and will be opened at
11:00 AM in the presence of party / firms representative on the same day (no bid will be
received after the dead line according PPRA Rules 2014).
4. The rate contract through this tender/contract will be for the period from 01st Aug 2019
to 30th
June 2020. The purchases will be made from time to time as per requirements of
this Hospital at the same approved rates of tender.
5. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory. 6. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital
Islamabad within 15 days positively.
7. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y
2019-20. 8. The rates once finalized will be applicable for whole of the contract period irrespective of
any change in currency rate in open market.
9. The bidder should submit an undertaking for the items of same specifications, quality
/brand etc on judicial paper that the price quoted in the tender is not more than the market
price or price charged from any other Public Sector. If it is noted that rate quoted is over /
above the market rate, undersigned has the right to cancel the tender.
10. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or
excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
11. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15
days & 2% for the next 15 days.
12. An intimation letter/first reminder will be sent to supplier upon failure to deliver within
02 days. Another intimation letter/second reminder will be served after one 05 days if
still failure to supply.
13. If the services are not completed despite two reminders and a final notice will be served
against the firm according to the gravity of situation. Then contract of the supplier will be
treated as cancelled.
14. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount
incurred will be recovered from the contractor.
15. The Firm/Party shall Suppy the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
16. The minimum response time for PRINTING & PURCHASE OF STATIONERY
ITEMS should not be more than 7 days.
17. Tender fee is Rs. 1000/- (Nonrefundable).
18. Rule 36A. One person one bid will be followed strictly.
19. The firm will not attach any condition with the tender.
20. The firm has no right to make any change in the tender once submitted.
21. The firm should be registered in the Income Tax/Sales Tax.
22. The Tender can be extended upto 03Years subject to satisfactory performance,
Market Price and Principle of Procurement 23. The Competent Authority / Purchase Committee has reserved the right to reject any one
or all offers with assigning any reason.
Page 22 of 28
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 23 of 28
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on July 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which
expression shall, where the context permits, include its executors, administrators, successors-in-interest
and assigns of the first part.
AND M/s._______________________________, having its head office at _________________________ and
acting through the ________________________________________________________, bearing CNIC
No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its
executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SUPPLY CONTRACT
TYPE OF SERVICE: PRINTING & PURCHASE OF STATIONERY ITEMS
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
1. The supply of PRINTING & PURCHASE OF STATIONERY ITEMS to the PESSI
Hospital, Islamabad will be the responsibility of Service Provider. 2. The Maintainace of quality, quantity will be the responsibility of Service Provider. 3. The service provider will ensure to swiftly respond to supply the items, the response time
will not be more than 07 days. 4. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.
Signed/Sealed by Authorized officer PESSI 1.
Page 24 of 28
Price Schedule DATE OF BID OPENING: 09.07.2019
PRINTING & PURCHASE OF STATIONERY ITEMS (F.Y 2019-20)
S.No. Name Of Items Specification Rate
1. History Sheet (Each) 55g paper
2. Admission Register 500 Leaves 60g paper
3. Laboratory Form Blood Complete(100 Leaves)
55g paper
4. Chemical Pathology Pad(100 Leaves) 55g paper
5. Clinical Pathology (Urine) Pad(100 Leaves) 55g paper
6. F-6 Book Carbonized (Duplicate) (100 Leaves)(White & Pink)
60g paper
7. Emergency Ticket(100 Leaves) 55g paper
8. Diet Charge Form(100 Leaves) 55g paper
9. F-2 Form (Pink) (100 Leaves) 55g paper
10. F-9 Form (Green) (100 Leaves) 55g paper
11. OPD Register 500 Leaves 60g paper
12. Operation List Form(100 Leaves) 55g paper
13. Temperature Sheet(100 Leaves) 55g paper
14. Ultra Sound Form100 Leaves 55g paper
15. Ultra Sound Form Pelvis 100 Leaves 55g paper
16. Ultra Sound Form Abdomen KUB 100Leaves
55g paper
17. Ultra Sound Liver 100 Leaves
55g paper
18. Carbonized Discharge Book Triplicate (White, Blue, Pink)
60g paper
19. Carbonized M-20 Book Triplicate (White, Blue, Pink)
55g paper
20. Carbonized M-20 Book Duplicate (White, Blue)
55g paper
21. Carbonized M-16 Book Triplicate (White, Blue, Pink)
55g paper
22. Carbonized Leave Book Triplicate (White, Blue, Pink) M2
55g paper
23. Carbonized Indent Book Duplicate(White, Yellow)
60g paper
24. Medicine Pad (100 Leaves) 55g paper
Page 25 of 28
25. O.T Medicine Pad (100 Leaves) 55g paper
26. Consent Pad (100 Leaves) 55g paper
27. T.B Card (Green) (Each)
28. Tally Card (Each) 55g paper
29. Laboratory OPD Ticket (100 Leaves) 55g paper
30. X-Ray OPD Ticket (100 Leaves) 55g paper
31. Birth Certificate (100 Leaves) 65g paper
32. Growth Chart (100 Leaves) 55g paper
33. Partogram (100 Leaves) 55g paper
34. Nursing Sheet (100 Leaves) 55g paper
35. Carbonized F-10 Book Triplicate(White, Blue, Pink)
65g paper
36. Anesthesia Register200 Leaves 55g paper
37. Joining Report Form100 Leaves 55g paper
38. File Cover Printed (White) 70g paper
39. TA/DA Pad100 Leaves 55g paper
40. Carbonized F-13 Book Triplicate(White, Blue, Pink) (100 Leaves)
65g paper
41. Post Natal Card (Green) (Each) 55g paper
42. Flow Sheet (100 Leaves) 55g paper
43. Salary Register500 Leaves 65g paper
44. Petty Cash Register200 Leaves 55g paper
45. Reimbursement Form (A) 100 Leaves 55g paper
46. Reimbursement Form (B) 100 Leaves 55g paper
47. Reimbursement Form (C) 100 Leaves 55g paper
48. Death Certificate 55g paper
49. Cross Match 100 Leaves 55g paper
50. Lab Test Pad Hematology100 Leaves 55g paper
51. D.O Pad100 Leaves 55g paper
52. Control Document Register400 Leaves 65g paper
53. Blood Bank Donor History Pad 100 Leaves 55g paper
54. Cheque Register200 Leaves 65g paper
55. Account Expense Register200, 400 Leaves 65g paper
56. Pre Anesthesia Pad 400 Leaves 55g paper
57. Delivery Register400 Leaves 55g paper
58. In take Out Put 100 Leaves 55g paper
59. Carbonized Stock Taking List Triplicate 200 Leaves(Without Control)
55g paper
Page 26 of 28
60. Fetal/ Well Being Form100 Leaves 55g paper
61. Blood Donation Pad100 Leaves 55g paper
62. Cross Match Pad100 Leaves 55g paper
63. Ball Point(Blue, Black, Red) Piano (Crystal) or equivalent
Each Packet
64. Blue, Black Ink(Small) Dollar Each Bottle
65. Correcting Fluid Pen Each
66. Carbon Paper (100 Leaves) Each Book
67. Envelop (M) 11x4 Each
68. Envelop9x4 Each
69. Envelop File Size Each
70. Foot Ruler(Steel) Each
71. File Board Each
72. File Cover Fine Quality Each
73. Punch Machine Single Each
74. Punch Machine Double Each
75. Gum Stick Each
76. Gum(Dollar) Medium Size Each
77. High Letter Each
78. Bold Marker(Dollar) Each
79. Account Ledger 4No. 65g paper
80. Stapler Machine Each
81. Marker(Tempo) Each Pack of 10
82. Permanent Marker Each
83. Paper Clip Each Packet
84. Paper Pin Each Packet
85. Paper White (Photocopy) Size A4 (500 Sheets)
55g paper
86. Paper White (Computer) A3 Legal Size(500 Sheets)
70g paper
87. Paper White (Computer) A4 Letter Size(500 Sheets)
70g paper
88. Lead Pencil Each Pack of 10
89. Paper Cutter Each
90. Rubber Plain Each
91. Register No. 20 Plain 55g paper
92. Register No. 12 Plain 55g paper
93. Register No. 16 Plain 55g paper
Page 27 of 28
94. Register No. 10 Plain 55g paper
95. Staple Remover Each
96. Sharpener Each
97. Stamp Pad (Blue, Black) Each
98. Stock Register No. 12 65g paper
99. Stock Register No. 18 65g paper
100. Stock Register No. 8 65g paper
101. Stock Register No. 6 65g paper
102. Stock Register No. 4 65g paper
103. Stapler Pin Each Packet
104. Pad Large 55g paper
105. Log Book No.4 65g paper
106. Log Book No. 6 65g paper
107. Blood Confirmation Certificate (100 Leaves) 55g paper
108. Treatment Chart (100 Leaves) 55g paper
109. Progress Notes (100 Leaves) 55g paper
110. Anesthesia Consent Form (100 Leaves) 55g paper
111. Anesthesia Monitoring Sheet (100 Leaves) 55g paper
112. Surgical Notes (100 Leaves) 55g paper
113. Blood Confirmation Certificate Form(100 Leaves)
55g paper
114. Blood Donor Vigilance Form(100 Leaves) 55g paper
115. Request For Blood Transfusion (100 Leaves)
55g paper
116. Blood Transfusion Consent Form (100 Leaves)
55g paper
117. Quality Quantity Certificate Duplicate Carbonized ( White & Pink) without Control
55g paper (Size 6.5 x 8.5)
118. Consent Form Dental (Size 6.5 x 8.5) 100 Leaves
55g paper
119. Master Expense Control/ Bill Movement Register
( 400Leaves)
70g paper
120. Bill Track History Performa Pad (100 Leave) 55g paper
121. Surgical ICU Flow Sheet 18” x 24” 70g Paper
122. USG Fetal Parameter Measurement 55g paper
123. Blood Serology Pad(100 Leaves) 55g paper NAME OF BIDDER &
Signature___________________________________________________.
Page 28 of 28
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of
tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position
i. Income Tax Certificate
ii. Proof Income Tax paid/Return Files
iii. Financial/Bank Soundness Certificate
5. Acceptance of terms and condition, tender documents duly signed and stamped.
6. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
7. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
8. List of agreements to Govt. Hospital and private sector. Note: Fill in the check list properly/completely along with the page marking of the
documents enclosed.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Medical Superintendent
PESSI Hospital Islamabad
Page 1 of 25
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PROVISION OF SPECTACLES TO SECURED
WORKERS
Page 2 of 25
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR PROVISION OF SPECTACLES TO SECURED WORKERS
Social Security Hospital, Islamabad.
Cost Rs. 500/-
NON REFUNDABLE
DUE DATE: ____________
1. Name of Bidder ______________________________________
2. Address ______________________________________
______________________________________
3. National Identity Card ______________________________________
(Please attach attested copy)
4. Telephone Number ______________________________________
5. Tender Purchased Receipt ______________________________________
Number and dated
6. Deposit at call No ______________________________________
7. Amount of Deposit at call ______________________________________
8. Name of Bank and Branch ______________________________________
9. National/Sales Tax Reg. No. ______________________________________
Certified that the terms of the tender noted carefully. In case of award of contract,
Our firm shall comply with these terms and conditions.
Signature of Bidder:_______________
Dated:__________________________
Stamp:__________________________
(For Office use only)
Received Rs. 500/- vide F-6 No. __________________ Dated_____________
Dispatch No._______________________________ Dated_________________
Signature of Dispatch Clerk:_________________________________________
Signature of Officer:_______________________________________________
Page 3 of 25
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 500/- (Non-refundable)
LAST DATE OF RECEIPT: 09.07.2019 (09:00 A.M.)
DATE OF OPENING: 09.07.2019 (11:30 A.M.)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING PROVISION OF SPECTACLES
TO SECURED WORKERS.
Technical specifications for PROVISION OF SPECTACLES TO SECURED
WORKERS. Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2019.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
Page 4 of 25
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form; (g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PROVISION OF SPECTACLES TO SECURED WORKERS under the relevant head of Account during the financial year 2019-20(herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
Page 5 of 25
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services .
5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary
Page 6 of 25
evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.
Page 7 of 25
11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
Page 8 of 25
15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
Page 9 of 25
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract.
Page 10 of 25
16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
Page 11 of 25
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – Single envelope bidding procedure 24.1 Single stage – one envelope procedure.– Each bid shall comprise one single envelope containing, separately, financial proposal and technical proposal (if any). All bids received shall be opened and evaluated in the manner prescribed in the bidding document. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open the Bidding Documents/Bid in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance.
Page 12 of 25
26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 29. Contacting the Procuring Agency. 29.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 29.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid
Page 13 of 25
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. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award
Page 14 of 25
37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The PROVISION OF SPECTACLES TO SECURED WORKERS shall be w.e.f. 01.07.2017 to 30.06.2018 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late PROVISION OF SPECTACLES TO SECURED WORKERS beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint.
Page 15 of 25
41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be
Page 16 of 25
made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples Samples will be provided along with bid/ 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Supply to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement.
Page 17 of 25
13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 PROVISION OF SPECTACLES TO SECURED WORKERS shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely PROVISION OF SPECTACLES TO SECURED WORKERS, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract.
Page 18 of 25
21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted
Page 19 of 25
by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 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. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 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. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Page 20 of 25
Special Conditions of Contract (SCC) (Pkg-1)
1. The PROVISION OF SPECTACLES TO SECURED WORKERS will be done by service provider at own Transportation at PESSI hospital Islamabad.
2. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Page 21 of 25
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender for PROVISION OF SPECTACLES TO SECURED WORKERS will be
conducted through PPRA Rules 2014 (Single Stage- Single Envelope).
2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
3. The sealed tender will be received 09.07.2019 till 09:00 AM and will be opened at
11:30 AM in the presence of party / firms representative on the same day (no bid will be
received after the dead line according PPRA Rules 2014).
4. The rate contract through this tender/contract will be for the period from 01st Aug 2019
to 30th
June 2020. The purchases will be made from time to time as per requirements of
this Hospital at the same approved rates of tender.
5. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.
6. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital
Islamabad within 15 days positively.
7. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y
2019-20. 8. The rates once finalized will be applicable for whole of the contract period irrespective of
any change in currency rate in open market.
9. The bidder should submit an undertaking for the items of same specifications, quality
/brand etc on judicial paper that the price quoted in the tender is not more than the market
price or price charged from any other Public Sector. If it is noted that rate quoted is over /
above the market rate, undersigned has the right to cancel the tender.
10. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or
excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
11. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15
days & 2% for the next 15 days.
12. An intimation letter/first reminder will be sent to supplier upon failure to deliver within
02 days. Another intimation letter/second reminder will be served after one 05 days if
still failure to supply.
13. If the services are not completed despite two reminders and a final notice will be served
against the firm according to the gravity of situation. Then contract of the supplier will be
treated as cancelled.
14. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount
incurred will be recovered from the contractor.
15. The Firm/Party shall Supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
16. The minimum response time for PROVISION OF SPECTACLES TO SECURED
WORKERS should not be more than 7 days.
17. Tender fee is Rs. 1000/- (Nonrefundable).
18. Rule 36A. One person one bid will be followed strictly.
19. The firm will not attach any condition with the tender.
20. The firm has no right to make any change in the tender once submitted.
21. The firm should be registered in the Income Tax/Sales Tax.
Page 22 of 25
22. The Tender can be extended upto 03Years subject to satisfactory performance,
Market Price and Principle of Procurement 23. The Competent Authority / Purchase Committee has reserved the right to reject any one
or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Page 23 of 25
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 2019 for by and between:
Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which
expression shall, where the context permits, include its executors, administrators, successors-in-interest
and assigns of the first part.
AND M/s._______________________________, having its head office at _________________________ and
acting through the ________________________________________________________, bearing CNIC
No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its
executors, administrators, successors-in-interest and assigns) of the second part;
WHEREAS
SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER )
CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER)
TYPE OF CONTRACT: SUPPLY CONTRACT
TYPE OF SERVICE: PROVISION OF SPECTACLES TO SECURED
WORKERS
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
1. The supply of PROVISION OF SPECTACLES TO SECURED WORKERS to the
PESSI Hospital, Islamabad will be the responsibility of Service Provider. 2. The Maintainace of quality, quantity will be the responsibility of Service Provider. 3. The service provider will ensure to swiftly respond to supply the items, the response time
will not be more than 07 days. 4. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.
Signed/Sealed by Authorized officer PESSI 1.
Page 24 of 25
Price Schedule DATE OF BID OPENING: 09.07.2019
PROVISION OF SPECTACLES TO SECURED WORKERS (F.Y 2019-20)
NAME OF BIDDER ______________________________.
S.NO NAME OF ITEM WITH SPECIAFICATION RATE OFFERED 01 Spectacles prescribed by Eye
Specialist of PESSI Hospital, Islamabad
NAME OF BIDDER ___________________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Page 25 of 25
CHECK LIST
The provision of this checklist is essential prerequisite along with submission of
tenders.
SR# Detail Yes/No Page No
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum Five Year business history from the date of
authorization.
4. Financial Position
i. Income Tax Registration.
ii. Financial/Bank Soundness Certificate
5. Acceptance of terms and condition, tender documents duly signed and stamped.
6. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
7. List of agreements to Govt. Hospital and private sector. Note: Fill in the check list properly/completely along with the page marking of the
documents enclosed.
AFFIDAVIT MUST BE PROVIDED ON STAMP PAPER RS 100
We M/S -------------------------------------------are not suspended /blacklisted/defaulter of any
government/autonomous institution at any time .in case of submission of false statement by the
firm ,the department reserve the right to take any punitive action including forfeiture of
security, under the rules .
Moreover we also confirm that the prices quoted in PESSI hospital Islamabad 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
Medical Superintendent
PESSI Hospital Islamabad