bidding documents · refundable fee. bidding documents are available and submitted till 30-06-2020...

167
Bidding Documents For Following Framework Contracts 1. General Items 2. Lab Items 3. Laundry Items 4. LP Medicines 5. Printing Items 6. Radiology Items 7. Stationary Items

Upload: others

Post on 28-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bidding Documents For Following Framework Contracts

1. General Items 2. Lab Items 3. Laundry Items 4. LP Medicines 5. Printing Items 6. Radiology Items 7. Stationary Items

Page 2: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENT PROCUREMENT OF

GENERAL ITEMS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 3: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7 Valid General sales Tax Number must require

8

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 4: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 5: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

Description Detail

Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

Last date of submission of Bidding Document 30-06-2020, 10:00 am

Date, time and venue of opening of technical 30-06-2020, 10:45 am Bids at Office of M.S , THQ Pattoki

Bid currency PKR

Language of bid English

Amount of bid security 2% of the estimated price (0.8 Million)

Bid validity period 120 Days

Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the General items to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for General Items on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 6: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents i. The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In

addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference

only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above,

the said Bidding Documents shall take precedence. iii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. iv. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

8. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

(d) Bid Security @ 2% of the estimated price (0.8 million in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

Page 7: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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

i. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the

goods, it proposes to supply under the Contract. ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration /correction

must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

iii. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

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

v. 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.

vi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Bid Security @ 2% of the estimated price (Rs 0.8 MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

i. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

ii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

iii. bidders who,-

(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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

iv. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

v. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

i. The envelopes shall be marked as “PROPOSAL FOR GENERAL ITEMS in bold and legible letters to

avoid confusion. Envelopes shall be sealed and:

ii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 8: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

i. The Procuring Agency shall initially open only the envelope 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 evidencing their attendance. ii. 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 proposal. No

bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the bidder. iii. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

iv. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

v. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

vi. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

vii. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties 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.

v. 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.

Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

Page 9: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances, previous

test reports, inspection of plant/ factory / premises (if not previously conducted), previous experience,

financial soundness and such other details as the Procuring Agency, at its discretion, may consider

appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of

price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

Evaluation Criteria:

v. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 2

departments and 1 (Last one year)

iii.

2 to 3 4

10 Autonomous iv. 4 to 5 6

Departments. v. 6 to 7 8

vi. 8 and above 10

Bidder’s Market

i. <5 years 5

2 experience in ii. 5-6 years 6 10

iii.

6-8 year 7

Provide

quoted items

evidence of no of

iv

Above 8 years 10

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet and Bank Certificate

25 more than one Bank

financial status ii. NTN 5 certificates showing

iii. GST 15 good financial status

Suppliers will

4 Company i. Technical staff 5

15 Provide

Profile ii. Plants 5 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Excellent 40

5 Samples ii. Good 25 40 provide samples iii. Satisfactory 10 Free of cost. iv. Unsatisfactory 0

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 7 days 7 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 15 days 15 days

Order

Page 10: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

i) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

ii) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

iii) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids:

(1) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (2) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (3) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (4) The bidders shall be promptly informed about the rejection of the bids, if any. (5) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. 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.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract

Page 11: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

ii. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

iii. The notification of award shall constitute the formation of the Contract.

Signing of Contract

iv. 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. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

i. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

ii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Page 12: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Performance Guaranty/ Security

iii. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty /

Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

iv. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices

(a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

1) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means General Items Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

2) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 3) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

4) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

5) Use of Contract Documents and Information The Supplier shall not 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.

ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document

or information enumerated in condition of contract except for purposes of performing the Contract.

iii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

iv) 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: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

Page 13: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

7) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

9) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied. 10) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

11) Insurance: The goods supplied under the Contract shall be delivered duty paid. 12) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

13) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

14) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

15) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

16) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

17) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

18) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

19) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

20) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

21) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 14: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

22) Termination for Insolvency 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.

23) Arbitration and Resolution of Disputes: 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. 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.

24) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

25) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

26) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

1. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

2. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

3. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of Medical Superintendent , THQ Hospital Pattoki.

4. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

5. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount. 6. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

7. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

Page 15: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

8. Payment

A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

9. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

10. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or

application of this Contract shall be settled through arbitration. The Additional Chief Secretary 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.

11. Governing Language: The language of this Contract shall be in English. 12. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 16: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ toGeneral Items (hereinafter called “the Contract”). And

whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued by a

scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier’s

performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 17: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 2. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

5. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

7. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

9. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 18: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 12. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

14. Partial supply shall not be accepted. 15. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 16. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 17. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 18. The seller shall have to supply such quantity as ordered.

19. The seller shall provide free delivery of Items to consignee at the hospital. 20. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 21. Payment will be made by the end users as per rules after completion of all codal formalities.

22. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

23. This contract agreement shall remain valid till 30th

June, 2021. 24. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 19: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 20: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OF THE General ITEMS FOR THE YEAR FINANCIAL YEAR 2020-21 NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 0.8 Million

Purchase orders may be less than 0.8 M according to requirement

Sign and Stamp of bidder______________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Description of Items Rates/Unit

1 Cleaning Detergent Powder Per Kg Surf Excel/ Arial / Equivalent

2 Phenyl 2.75 Litter Plastic / Tin Pack (Typhoon/Inqalab/Fins OR Equivalent

3 Poly Bag Plastic (Waste Bag) per kg. 30*36 Fine Quality White/Yellow/Green

4 Hand wash Soap 85 gm Lux / Equivalent

5 Sulfuric Acid per liter

6 Rexene Sheet per meter (Export Quality)

7 Air Freshener

8 Flesh Tank Master/ Equivalent

9 Mosquito Spray Mortine/ Equivalent 400ml Pack

10 Tissue Roll Rose Patel / Equivalent

11 Tissue Box Rose Patel /Equivalent

12 Face Mask surgical 3 ply

13 Liquid Soup 1 litter For Dispenser

14 Rubber Long Shoes For Sweeper Per Pair

15 Rubber Gloves Long per pair

16 BP Apparatus (Stand Type)

17 Bleaching Agent

18 Carbolic Acid

19 Power Switches

20 Loading Trollies

21 Wheel Chairs

22 Patients Benches

23 Alcohol Swabs

24 Patients identification Tags (Peads)

25 Patients identification Tags (Adults)

26 Locks All sizes China/ equivalent

26 BP Cuffs

27 Hand Sanitizer recommended by WHO only approved brands

Page 21: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)
Page 22: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

1. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

2. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

3. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

4. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

5. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 23: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 24: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI

Page 25: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENTS

PROCUREMENT OF

PATHOLOGY LAB ITEMS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 26: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7 Valid General sales Tax Number must require

8

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 27: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 28: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

Description Detail

1 Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website 22

Last date of submission of Bidding Document 30-06-2020, 10:00 am

Date, time and venue of opening of technical 30-06-2020, 10:35 am Bids at Office of M.S , THQ Pattoki

Bid currency PKR

Language of bid English

Amount of bid security 2% of the estimated price (2.0 Million)

Bid validity period 120 Days

Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the lab items to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for lab Items on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 29: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents v. The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In

addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

vi. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference

only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above,

the said Bidding Documents shall take precedence. vii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. viii. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

9. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Page 30: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(e) Bid Security @ 2% of the estimated price (2.0 million in the shape of Call Deposit (Fresh CDR) /

Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

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

vii. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of

the goods, it proposes to supply under the Contract. viii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

ix. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

x. The bidder is required to offer competitive price. All prices must include 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.

xi. 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.

xii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Page 31: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Security @ 2% of the estimated price (Rs 2.0 MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

vi. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

vii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

viii. 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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

ix. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

x. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

iv. The envelopes shall be marked as “PROPOSAL FOR LAB ITEMS in bold and legible letters to avoid

confusion. Envelopes shall be sealed and:

v. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 32: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

viii. The Procuring Agency shall initially open only the envelope 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 evidencing their

attendance. ix. 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 proposal. No

bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the bidder. x. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

xi. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

xii. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

xiii. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

xiv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 33: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

vi. 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.

Evaluation & Comparison of Bids

vi. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

vii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances, previous

test reports, inspection of plant/ factory / premises (if not previously conducted), previous experience,

financial soundness and such other details as the Procuring Agency, at its discretion, may consider

appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of

price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

viii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

ix. 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.

Evaluation Criteria:

x. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 2

departments and 1 (Last one year)

iii.

2 to 3 4

10 Autonomous iv. 4 to 5 6

Departments. v. 6 to 7 8

vi. 8 and above 10

Bidder’s Market

i. <5 years 5

2 experience in ii. 5-6 years 6 10

iii.

6-8 year 7

Provide

quoted items

evidence of no of

iv

Above 8 years 10

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet and Bank Certificate

25 more than one Bank

financial status ii. NTN 5 certificates showing

iii. GST 15 good financial status

Suppliers will

4 Company i. Technical staff 5

15 Provide

Profile ii. Plants 5 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Excellent 40

5 Samples ii. Good 25 40 provide samples iii. Satisfactory 10 Free of cost. iv. Unsatisfactory 0

Page 34: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 7 days 7 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 15 days 15 days

Order

iv) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

v) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

vi) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids: (6) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (7) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (8) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (9) The bidders shall be promptly informed about the rejection of the bids, if any. (10) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess

Page 35: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

v. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

vi. The notification of award shall constitute the formation of the Contract.

Signing of Contract vii. 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.

viii. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be

Page 36: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

v. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

vi. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

6) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means Pathalogy Lab Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

7) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 8) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

9) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

10) Use of Contract Documents and Information i) The Supplier shall not 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

Page 37: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

v) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document

or information enumerated in condition of contract except for purposes of performing the Contract.

vi) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

vii) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to

the performance of the Supplier. 8) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

9) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

10) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.

Page 38: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

22) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

23) Insurance: The goods supplied under the Contract shall be delivered duty paid. 24) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

25) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

26) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

27) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

28) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

29) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

30) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

31) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

32) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

33) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 39: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

27) Termination for Insolvency 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.

28) Arbitration and Resolution of Disputes: 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. 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.

29) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

30) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

31) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

7. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

8. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

9. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of

Medical Superintendent , THQ Hospital Pattoki. 10. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the

Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

11. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount.

Page 40: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

13. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

14. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

15. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

16. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

17. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or

application of this Contract shall be settled through arbitration. The Additional Chief Secretary 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.

18. Governing Language: The language of this Contract shall be in English. 19. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 41: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ to Lab Items (hereinafter called “the Contract”). And

whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued by a

scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier’s

performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 42: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 10. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 11. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

12. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

13. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

14. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

15. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

16. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

17. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

18. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 43: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

25. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

26. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 27. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

29. Partial supply shall not be accepted. 30. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 31. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 32. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 33. The seller shall have to supply such quantity as ordered.

34. The seller shall provide free delivery of Items to consignee at the hospital. 35. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 36. Payment will be made by the end users as per rules after completion of all codal formalities.

37. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

38. This contract agreement shall remain valid till 30th

June, 2021. 39. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 44: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 45: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OF THE LAB ITEMS FOR THE YEARFINANCIAL YEAR 2020-21

NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 2.0 Million

Purchase orders may be less than 2.0 M according to requirement

SR. # DESCRIPTION OF ITEMS RATES/ UNIT

1. Pregnancy strips

2. Blood Grouping Sera Set 3*1 ml

3. HBSAG Rapid Test Device

4. HCV Rapid Test Device

5. HIV Rapid Test Device

6. Blood Sugar Reagent Kit (4*100)

7. Blood Urea Reagent Kit ( 4*100)

8. Mycodot Device

9. Albumin Bovine Reagent Kit (4*100)

10. Urine Strips Commbi -10 100 Strips

11. Yellow Tips 1000 Pkt

12. Serum Cholesterol Reagent Kit (4*100)

13. Vacuum Tube CBC Vial 3 ml

14. Vacuum Tube PTT/APTT Vial 3 ML

15. Urine container Crystal White

16. Paper For CBC Machine Sysmax

17. Malaria Parasite Rapid Test Device

18. Syphilis VDRL Rapid Test Device

19. Glass Slide Pkt Fine Quality Germany

20. Distilled Water With Cane 10 Litter

21. Dengue Device IgG

22. Dengue Device igM

23. widal Test kit

24. Sysmax Cell Pack Original

25. Disposal Pickers

26. Typhoid Device 30 Test

27. E.S.R. Pipettes (Wintergreens) per piece

28. R.A. Factor

29. Thermal Paper

30. Abalize

31. Abaclean

Page 46: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

32. Diatro Delvent Diatron 20 litter packing/ Equivalent

33. Diatro lyse Diatron 1000 ml packing/ Equivalent

34. Diatro Cleaner Diatron 1000 ml packing/ Equivalent

35. Sterilizer

36. Blood Sugar strips Accu check /Equivalent Pkt 100

37. Bovine serum albumin reagents

38. Anti human Globulin reagents

39. Serum Bilibubin 100ml pack

40. SGPT(ALT) Regent Kit (4*100) Humen / Crescent / equivalent

41. SGOT(AST) Regent Kit (4*100) Humen / Crescent / equivalent

42. ALK.Phosphatase Regent Kit (4*100) Humen / Crescent / equivalent

43. Total Protein Regent Kit (4*100) Humen / Crescent / equivalent

44. S.Albumin Regent Kit (4*100) Humen / Crescent / equivalent

45. B.Urea Regent Kit (4*100) Humen / Crescent / equivalent

46. S.Creatinine Regent Kit (4*100) Humen / Crescent / equivalent

47. S.Cholesterol Regent Kit (4*100) Humen / Crescent / equivalent

48. S.Triglyceride Regent Kit (4*100) Humen / Crescent / equivalent

49. H.D.L Regent Kit (4*100) Humen / Crescent / equivalent

50. L.D.L Regent Kit (4*100) Humen / Crescent / equivalent

51. V.L.D.L Regent Kit (4*100) Humen / Crescent / equivalent

Sign and Stamp of bidder______________________________________________

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Page 47: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

6. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

7. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

8. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

9. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

10. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 48: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 49: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI

Page 50: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENTS

PROCUREMENT OF

LAUNDARY SERVICESS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 51: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 52: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 53: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

ITB Ref Description Detail

N/A Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

N/A Last date of submission of Bidding Document 30-06-2020, 10:00 am

ITB Clause 27 Date, time and venue of opening of technical 30-06-2020, 12:00 pm Bids at Office of M.S , THQ Pattoki

ITB Clause 16 Bid currency PKR

ITB Clause 13 Language of bid English

ITB Clause 20 Amount of bid security 2% of the estimated price (0.8Million)

ITB Clause 21 Bid validity period 120 Days

ITB Clause 09 Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the Laundary Services to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for Laundary Services on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 54: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents ix. The goods required, bidding procedures, and contract terms are prescribed in the bidding documents. In

addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

x. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference

only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above,

the said Bidding Documents shall take precedence. xi. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. xii. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

10. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Page 55: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(f) Bid Security @ 2% of the estimated price (0.8million in the shape of Call Deposit (Fresh CDR) /

Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

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

xiii. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of

the goods, it proposes to supply under the Contract. xiv. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

xv. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

xvi. The bidder is required to offer competitive price. All prices must include 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.

xvii. 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.

xviii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Page 56: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Security @ 2% of the estimated price (Rs 0.8MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

xi. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

xii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

xiii. 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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

xiv. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

xv. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

vii. The envelopes shall be marked as “PROPOSAL FOR LAUNDARY SERVICES in bold and

legible letters to avoid confusion. Envelopes shall be sealed and:

viii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 57: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

xv. The Procuring Agency shall initially open only the envelope 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 evidencing their

attendance. xvi. 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

proposal. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened

to the bidder. xvii. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

xviii. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

xix. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

xx. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

xxi. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 58: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

vii. 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.

Evaluation & Comparison of Bids

xi. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

xii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances, previous

test reports, inspection of plant/ factory / premises (if not previously conducted), previous experience,

financial soundness and such other details as the Procuring Agency, at its discretion, may consider

appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of

price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

xiii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

xiv. 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.

Evaluation Criteria:

xv. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 4

departments and 1 (Last one year)

iii.

2 to 3 8

20 Autonomous iv. 4 to 5 12

Departments. v. 6 to 7 16

vi. 8 and above 20

Bidder’s Market

i. <5 years 10

2 experience in ii. 5-6 years 13 20

iii.

6-8 year 16

Provide

quoted items

evidence of no of

iv

Above 8 years 20

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet

25 more than one Bank

financial status ii. NTN 15 certificates showing

iii. Bank Certificate 5 good financial status

Suppliers will

4 Company i. Technical staff 10

25 Provide

Profile ii. Plants 10 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Less than 3 Machines 3

5 Plant capacity ii. 3-5 Machines 5 10 provide samples iii. Above 5 Machines 10 Free of cost.

Page 59: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 1 days 1 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 2 days 2 days

Order

vii) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

viii) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ix) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids: (11) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (12) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (13) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (14) The bidders shall be promptly informed about the rejection of the bids, if any. (15) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess

Page 60: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

ix. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

x. The notification of award shall constitute the formation of the Contract.

Signing of Contract xi. 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.

xii. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be

Page 61: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Black listed minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

vii. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

viii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

11) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means Laundary Services Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

12) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 13) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

14) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

15) Use of Contract Documents and Information i) The Supplier shall not 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

Page 62: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

viii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any

document or information enumerated in condition of contract except for purposes of performing the

Contract.

ix) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

x) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to

the performance of the Supplier. 10) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

11) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

11) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.

Page 63: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

34) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

35) Insurance: The goods supplied under the Contract shall be delivered duty paid. 36) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

37) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

38) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

39) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

40) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

41) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

42) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

43) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

44) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

45) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 64: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

32) Termination for Insolvency 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.

33) Arbitration and Resolution of Disputes: 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. 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.

34) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

35) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

36) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

12. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

13. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

14. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of

Medical Superintendent , THQ Hospital Pattoki. 15. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the

Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

16. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount.

Page 65: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

20. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

21. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

22. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

23. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

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

application of this Contract shall be settled through arbitration. The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.

25. Governing Language: The language of this Contract shall be in English. 26. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 66: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ to Laundary Services (hereinafter called “the Contract”).

And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued

by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the

Supplier’s performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 67: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 19. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 20. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

21. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

22. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

23. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

24. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

25. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

26. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies avaiLaundary Servicesle to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

27. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 68: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

40. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

41. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 42. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

44. Partial supply shall not be accepted. 45. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 46. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 47. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 48. The seller shall have to supply such quantity as ordered.

49. The seller shall provide free delivery of Items to consignee at the hospital. 50. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 51. Payment will be made by the end users as per rules after completion of all codal formalities.

52. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

53. This contract agreement shall remain valid till 30th

June, 2021. 54. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 69: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 70: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OF THE LAUNDARY SERVICES ITEMS FOR THE YEARFINANCIAL YEAR 2020-21

NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 0.8Million

Purchase orders may be less than 0.8M according to requirement

SR. # DESCRIPTION OF ITEMS RATES/ UNIT

52. Bed sheets

53. Pillow Cover

54. Screen cover

55. Towel

56. Blankets

57. Doctor Gown

58. Baby bath gown

59. Draw sheets

60. Baby Bath Towel

61. Curtains

Sign and Stamp of bidder______________________________________________

Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Page 71: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

11. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

12. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

13. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

14. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

15. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 72: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 73: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI

Page 74: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bidding Documents

For Framework contract of LP Purchase of Medicine and

Surgical Disposables on day-to-day basis

Tehsil Headquarter Hospital Pattoki

PH: # 049-4420312

Page 75: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5. Frame Work contract for Local Purchase

of Medicines and surgical Disposables on

day to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 76: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PROFILE OF THE BIDDER. Bidders are required to submit the following information in the following format along with documentary evidences as under: -

Sr. # Particulars To be filled in by the Bidders

1. Name of the company

2. Head Office

Address

Office Telephone No.

Fax Number

3. Contact Person

Name

Personal TelephoneNo.

E-Mail Address

4. Local Office

Address

Office Telephone No.

Fax Number

5. Bid Signing Authority

Name

Address

Personal Telephone No.

E-Mail Address

Please enclose Authorization or

Power of Attorney to sign &

submit the bidding

6.

Address for communication under

the current bidding

7. Registration details

NTN Registration No.

GST Registration No.

Banker’s Name

Banker’s Addres

Account No

INSTRUCTIONS TO BIDDERS

1. Source of Funds: District Government Kasur allocated funds for purchase of medicines which will be

utilized by the THQ Hospital Pattoki on day to day basis during the FINANCIAL YEAR 2020-21. The items will include

Medicines and surgical disposables on Free Delivery basis to the hospital.

2. Eligible bidders: This Invitation for Bids is open to all Pharmacies, distributors, firms, agencies of repute

with financially sound background involved in running institutional Pharmacy business/Chain of

Pharmacies/Distributors having a valid drug sale license by way of distribution or whole sale license for supply of

Page 77: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

drugs/medicines/surgical Disposables. The bidders shall not be under a declaration of ineligibility for corrupt and

fraudulent practices, declared by any Government

(Federal/Provincial/District), a Local Body or a Public Sector Organization.

3. Eligible Goods and Services: All goods and related services to be supplied under the contract shall be

governed by the Drug Act 1976 and rules framed there under.

4. Cost of Bidding: 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 manner or

outcome of the bidding process.

THE BIDDING PROCEDURE

5. Single Stage – Two Envelopes Bidding Procedure as per PPRA Rules 2014 (Ammended) shall be applied:

i. The bid shall comprise a single sealed package containing two separate sealed envelopes.

a. Each envelope shall contain separately the Financial Proposal and the Technical Proposal;

b. The envelopes shall be sealed & marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL”

in bold and legible letters to avoid confusion;

ii. 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; and till

completion of technical evaluation.

iii. 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;

iv. During the technical evaluation, no amendments in the technical proposal shall be permitted;

v. The Financial Proposals of technically approved bidders shall be opened in the presence of the bidders at a

time, date and venue to be announced and communicated to the bidders in advance;

vi. The financial proposal of bids found technically non-responsive or non-compliant shall be returned un-opened

to the respective bidders.

vii. The bid found to be the lowest financially and technically approved bid shall be accepted.

THE BIDDING DOCUMENTS

6. Content of Bidding Documents

i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding

documents. In addition to the Invitation for Bids, the bidding documents shall include: -

a. Instructions to bidders;

b. General Conditions of Contract;

c. Special Conditions of Contract;

d. Schedule of Requirements;

e. Technical Specifications;

f. Contract Form;

g. Manufacturer’s Authorization Form;

h. Performance Guaranty Form;

i. Bid Form; and

j. Price Schedule

ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as

a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed

above, the said Bidding Documents shall take precedence.

iii. The bidder is expected to examine all instructions, forms, terms, and specifications in the

bidding documents.

iv. 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.

7. Clarification of Bidding Documents: 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

Page 78: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(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.

8. Amendment of Bidding Documents: 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. All prospective bidders that have

received the bidding documents shall be notified of the amendment in writing or by phone, and shall be

binding on them. 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.

PREPARATION OF BIDS

9. Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall

govern.

10. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along

with financial proposal);

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

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

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and (d) Bid Security, if any

furnished in accordance with instruction to bidders.

11. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished

in the bidding documents, indicating the discount offered of the goods to be supplied.

12. Bid Prices:

i. Form of price Schedule is to be filled in very carefully typed. Every page is to be signed and stamped at the bottom. Any erasing/cutting may lead to the cancellation of the bid. ii. The bidder should quote the prices of goods according to the categories as provided in the Form of Price

Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

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

will also be responsible to pay any tax levied by the Government during the currency of contract.

iv. Prices offered should be for the year up to 30-06-2021 extendable for three months if procuring

agency needed. Conditional offer shall also be considered as non-responsive.

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

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

of goods and services shall be entertained.

13. Bid currencies: Prices shall be quoted in Pak Rupees.

14. Documents Establishing Bidder’s Eligibility and Qualification

i. 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.

ii. 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 eligible as defined under

instruction to the bidders

iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency’s

satisfaction:

(a) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

Page 79: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(b) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not blacklisted

on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector

Organization. The bidder shall be debarred from bid on account of submission of false statement.

(c) The bidder should have minimum one-year experience in the market.

(d) The bidder is required to provide with the Technical Proposal, the name of item(s) for which they have

quoted their rates in the Financial Proposals.

15. Bid Security

With reference to bid security an amount, 2% of the estimated cost (3.0 million) has to be deposited as a CDR in the name of Medical Superintendent THQ Hospital Pattoki.

16. Bid Validity

i. Bids shall remain valid for the period of Three (03) Months after the date of 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.

ii. 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 reason to be

recorded in writing, if an extension is considered necessary, all those who have submitted their bids

shall be asked to extend their respective bid validity period. Such extension shall be for not more

than the period equal to the period of the original bid validity.

iii. bidders who,-

(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

without forfeiture of their bid securities (earnest money).

17. Format and Signing of Bid:

The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or person s duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

SUBMISSION OF BIDS

18. Sealing and Marking of Bids i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible

letters to avoid confusion. The inner and outer envelopes shall be sealed and:

a. be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

ii. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”. If the outer as well as inner envelopes are not sealed and marked as required by instruction to bidders, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening and shall be rejected forth with.

19. NO OFFER SHALL BE CONSIDERED IF: -

a. Received without earnest money.

b. Received after the last date and time of the receipt.

c. The tender is unsigned.

d. The tender is ambiguous.

e. It is conditional.

f. It is from a firm, which is black listed or suspended by the Government of the

Punjab.

g. It is received by telegram

h. The offer for store is not conforming to specifications indicated in the tender inquiry

i. The firms must quote their offers on the prescribed tender form or on their letter head, according

to the serial number of the tender inquiry.

Page 80: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

j. Tenders should be addressed to the Medical Superintendent THQ Hospital Pattoki.

k. The firms should quote their rates inclusive of all prevailing taxes both in words as well as in

figures.

l. No over writing, cutting, crossing etc., appearing in the offer is acceptable. Moreover, all pages of

the tender document must also be individually signed.

m. All documents should be authenticated/ certified (sealed and signed) by the quoting firm.

20. Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, no later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

21. Late Bid:

Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

22. Withdrawal of Bids:

The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

23. Opening of Bids

i. The Procuring Agency shall initially open only the envelope 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 evidencing their attendance. However, the envelope marked as “FINANCIAL

PROPOSAL” if it is sealed shall be retained in the custody of Procuring Agency without being opened

and till completion of the evaluation process.

ii. 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. However, at the opening of 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.

iii. The Procuring Agency shall prepare minutes of the bids opening (technical and financial).

24. Clarification of Bids:

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.

25. Preliminary Examination

i. The Procuring Agency shall examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been furnished, whether the

documents have been properly signed, and whether the bids are generally in order.

ii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by multiplying the unit price

and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not

accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If

there is a discrepancy between words and figures, the amount in words shall prevail.

iii. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which

does not constitute a material deviation, provided such waiver does not prejudice or affect the

relative ranking of any bidder.

Page 81: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

iv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness

of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is

one, which conforms to all the terms and conditions of the bidding documents without material

deviations. Deviations from, or objections or reservations to critical provisions, such as those

concerning Applicable Law, Drugs Act, Taxes & Duties 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.

v. 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.

26. Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determined to be

substantially responsive.

ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of previous

performances, inspection of premises (if found necessary), previous experience, financial

soundness and such other details as the Procuring Agency, at its discretion, may consider

appropriate. However, the evaluation of financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions

set forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those

rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

27. Evaluation Criteria:

i. For the purposes of determining the lowest evaluated bid, facts other than price such as previous

performances, inspection of premises, previous experience, financial soundness and such other

details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria can be

applied for the TECHNICAL PROPOSALS. The number of points allocated to each factor shall be

specified in the Evaluation Report.

Page 82: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Evaluation Criteria (Part A + Part B)

Part-A

ASSESSMENT FOR ELIGIBILITY

Sr. # Detail Yes / No Page #

1 Original receipt for purchase of tender

2 Minimum one year business history from the date of authorization

3 Acceptance of terms and condition, tender documents duly signed and

stamped

An affidavit on stamp paper of Rs.20/- submitting following clauses:

4 i) replacement of unconsumed / expired / substandard spurious drugs /

stocks free of cost,

ii) that the firm is never blacklisted on any grounds whatsoever

5 Price should not be mentioned on technical bid

6 Bank statement / Balance sheet

7 National tax number and General Sale Tax number certificate

8 List of Govt. Hospital and private sector served

9 Service record and payroll of the firm for the specific product

10 Call deposit / Bid Security required (2% attached with financial proposal)

11 Sample provided as per Performa attached

12 Drug Sales License ( A category renewed)

13 Storage capacity / availability of each drug (attached the attested list)

14 Experience Certificate

15 Pharmacy/store with in 2 km Range from Hospital

16 Price Reasonable Certificate

17 List of the available medicines / surgical disposable

18 Professional Tax

19 The bidder is required to provide Technical Proposal with the name of

items, tender number and serial number in the exact manner as quoted

in the Financial Proposal

20 Sole Agency Agreement /Authorization letter from foreign principle (in

case of Sole agent /Important Only)

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

Page 83: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PART B Max

Marks Obtained

01

Past Performance

(Last one year)

1) No institution served 0

10

2) 1 2

3) 2 to 3 4

4) 4 to 5 6

5) 6 to 7 8

6) 8 & above 10

Institutions include

Government Department and Private Hospitals

02

Market experience i 1-3 years 3

10

ii 3-5 years 6

iii Above 5 years 10

Bidders having less than I year experiences are

ineligible. Experience will be confirmed from the

date of issuance of DRUG SALES LICENSE

03

Financial Status

i Last Year Audit Balance

Sheet

5

ii Tax Return (Last 3 Years) 7

iii Bank Certificates 3

Bank statements are not required. Bidder

can provide more than one bank certificate.

15

04

Technical

Staff

i

ii

iii

iv

Technical Person 2

Degree Holder 3

Master Degree 2

Pharmacist 4

Degree in specialization 2

Any other specialty qualification 2

Bidder is required to attach attested copies

of the the degrees and appointment letter

of concerned staff.

15

05

Availability of

Medicine / Surgical

Disposable

Attached list of medicine / surgical disposable with

available quantities

10

06 Inspection of the

Premises

The inspection parameters are given blow.

TERMS OF REFERENCE FOR INSPECTION OF PREMISES. 1. Valid Drug Sale License (Displayed/Not Displayed) 2. Qualified Person (Present/Not Present) 3. Size of the

premises. 4. General Condition of the premises. 5. Temperature Maintenance of the Premises. 6. Refrigerator Available/Not Available. 7. Nature of Stock (National/Multinational). 8. Approximate value of the stocks. 9. Record of sale/purchase maintained/not maintained. 10. Any other observation.

The firm must secure mandatory 70% marks (70/100) out of the marks reserved for inspection of premises otherwise the offer will be rejected. 100% complete information according to the bid evaluation criteria provided by the firm will get

maximum marks.

40

Qualifying Marks 70% (70/100) Total 100

Technical Result:

Page 84: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

After technical evaluation is completed, the Procuring Agency shall inform the bidders who have submitted bids the technical scores obtained by their technical bid, and shall notify those bidders whose bids did not meet the minimum qualifying mark or were considered non-responsive, that their financial proposals shall be returned unopened after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

xi ) Financial proposals shall be opened publicly in the presence of the bidders or their representatives

who choose to attend. The name of the bidders and the technical score of the bidder shall be read

aloud. The financial proposal of the bidders who met the minimum qualifying marks shall then be

inspected to confirm that they have remained sealed and unopened. These financial proposals shall

be then opened and the quoted price read aloud and recorded.

28. Contacting the Procuring Agency:

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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

29. Qualification & disqualification of bidders:

The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information

submitted by firm was false and materially inaccurate or incomplete.

30. Rejection of Bids:

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. The Procuring Agency incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.

31. Re-Bidding:

If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules. 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.

32. Announcement of Evaluation Report:

The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

33. Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of

the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

34 Procuring Agency’s right to vary quantities at time of award

The Procuring Agency reserves the right at the time of Rate / Running Contract’s award to issue supply order of the quantity required for use in the hospital which the firm will be bound to supply as per terms and conditions mentioned in the supply order.

35 Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details.

I. As guidance only, negotiations may normally relate to the following areas:

Page 85: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Minor alterations to technical details, such as the terms of reference.

Minor amendments to the Special Conditions of Contract; finalizing the

payment arrangements; Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring

agency;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

II. Negotiations shall not be used to:

o Substantially change the technical quality or details of the requirement, including the

o tasks or responsibilities of the bidder or the performance of the goods;

o Substantially alter the terms and conditions of Contract;

o Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted;

o Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

36. Notification of Award

i. 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.

ii. The notification of award shall constitute the formation of the Contract.

37 Purchase Order: - Procuring Agency shall issue Purchase Order from time to time with a stipulated period of delivery. If the

successful bidder fails to comply with the supply order, then the firm shall be blacklisted minimum for two years and the bid security be forfeited. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

38. Termination of the contract

Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

39. Corrupt or Fraudulent Practices

a. The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this

policy, the Procuring Agency 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;

c. 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; onus of proof will be on the firm.

Page 86: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

GENERAL CONDITIONS OF CONTRACT

1. Definitions:

In this the following terms shall be interpreted as indicated against each;

a. “The Contract” is a contract for the supply of stores at specified rates during the period covered by the

contract. No quantities are mentioned in the Contract and the successful bidder is bound to accept

any order which may be placed upon him at the rates specified within the period of the contract. The

Contract may be concluded with one or more contractors.

b. “The Price” means the price payable to the Supplier under the Contract for the full and proper

performance of its contractual obligations.

c. “The Goods” means drug/ medicines accordance with the Drug Act 1976 and rules framed there

under, which the Supplier is required to supply to the Procuring Agency as per supply orders issued

from time to time under the Contract .

d. “The Services” means those services ancillary to the supply of goods, such as special instructions on

the label transportation of goods up to the desired destinations and other such obligations of the

Supplier covered under the Contract.

e. “The Procuring Agency” means THQ Hospital Pattoki under the administrative control of Medical

Superintendent.

f. “The Supplier” means the individual or firm supplying the goods under this Contract.

2. Application:

These General Conditions shall apply to the extent that they are not inconsistent / superseded by provisions of other parts of the Contract

3. Standards:

The goods supplied under this Contract shall conform to the Drug Act 1976 and rules framed there under. Samples of all medicines or partly supplied will be sent to the Drug Testing Laboratory on the expense of the supplier and payment will be made to the supplier if the medicine are found purported to be not in accordance with the Drug Act 1976 or rules framed there under.

4. Use of Contract Documents and Information

i) The Supplier shall not disclose the Contract, or any provision thereof, or any specification, 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.

ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document

or information enumerated in condition of contract except for purposes of performing the Contract.

iii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the

property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

iv) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts , records and premises

relating to the performance of the Supplier.

5. Labeling and Packing of the medicines:

Labeling and Packing of the product would be examined in accordance with Labeling and Packing Rules 1986 of the Drugs Act 1976.

6. Inspections and Test / Analysis

i) The Procuring Agency or its representative shall have the right to inspect and/or to have the goods

tested from the authority as per Drug Act 1976 and rules framed there under at no extra cost to the

Procuring Agency.

Page 87: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ii) The Procuring Agency’s reserves the right to inspect, test and, where necessary, reject the goods and the

same shall in no way be limited or waived by reason of the goods having previously been inspected,

tested, and passed by the Procuring Agency or its representative.

iii) Procuring Agency or its representative shall have the right to inspect and /or to test the goods to confirm

their conformity to the specifications of the contract at no extra cost to the Procuring Agency.

iv) The inspection committee constituted by the Consignee shall inspect the premises of the supplier from

time to time.

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

specifications as required in the Indent of Bids / Substandard /Spurious / Misbranded / Expired. The

stock found substandard will not be returned to the supplier.

vi) The Procuring Agency’s right to inspect, test and, where necessary, reject the goods at any time shall in

no way be limited or waived by reason of the goods having previously been inspected, tested, and

passed by the Procuring Agency or its representative.

vii) Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or

other obligations under this Contract.

7. Chemical and physical examination of medicines

If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved samples, etc., even if it is of standard quality, the Procuring Agency may reject the goods, and the Supplier shall either replace the rejected goods for rectification of observation, to meet the required specifications free of cost.

8. Delivery and Documents:

The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods to the procuring agency. The procuring agency has the right to ask for the source of purchase of the supplied goods which the supplier has to provide in the form of invoice/warranty otherwise the bills of the supplier will not be entertained for payment.

9. Insurance:

The goods supplied under the Contract shall be delivered duty paid.

10. Transportation:

The Supplier shall arrange such transportation / cold chain maintenance of the goods as is required to prevent their damage or deterioration during transit to their destination. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

11. Incidental Services:

The Supplier shall be required to provide the incidental services as specified in Special Conditions of the contract.

12. Warranty:

The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with the provision of the Drugs Act, 1976 and rules framed there under.

13. Payment:

The method and conditions of payment to be made to the Supplier under this Contract will be in Pak Rupees.

14. Prices:

Prices charged by the Supplier for goods delivered under the Contract shall not be more than the prices fixed by the Federal Government (Maximum Retail Price)

15. Contract Amendments:

No variation in or modification of the terms of the Contract shall be made except by written amendment.

16. Subcontracts:

The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

Page 88: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

17. Delays in the Supplier’s Performance:

Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s).

18. Penalties/liquidated Damages:

In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The procuring agency shall be entitled to make other arrangement at the risk /expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

19. Termination for Default:

The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract; or if the Supplier fails to perform any other obligation(s) under the Contract and 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.

20. Force Majeure;

Notwithstanding the provisions of general conditions of contract the Supplier shall not before 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 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. 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 of THQ Hospital Pattoki, constituted 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.

21. Termination for Insolvency

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.

22. Arbitration and Resolution of Disputes:

The Procuring Agency and the Supplier shall make every effort to resolve amicably direct negotiation any disagreement or dispute arising between them under or in connection with the Contract. If, after thirty (30) days from the commencement of such 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. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Medical Superintendent THQ Hospital Pattoki 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

23. Governing Language:

The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

24. Applicable Law:

This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. The supplies will be governed by Drug Act 1976 and rules framed there under

25. Notices

Page 89: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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 Special Conditions of Contract.

2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

SPECIAL CONDITION OF CONTRACT

1. Definitions

i. The Procuring Agency: is THQ Hospital Pattoki working under the Administrative Control of

Medical Superintendent.

ii. The Supplier: is the individual or firm supplying the goods under this contract.

2. Goods

All goods and related services to be supplied under the contract are governed under Drug Act 1976 and rules framed there under.

3. Bid Security

With reference to Local Purchase of both medicine on day to day basis a bid security of Rs. 02% of Bid will be attached with the bid.

4. Performance Guaranty/ Security

After the award of the contract, the supplier will deposit 5%- as performance guarantee, which will be used by the hospital for purchase of goods if not supplied by the supplier. This amount will be deposited after the award of the contract. (The bid security amount will not be considered as Performance Guarantee)

5. Delivery of Goods.

There will a logical time of supply (up to two hours after the demand) given to the contractor in which the contractor will be bound to complete the items demanded by the hospital.

If the contractor fails to supply the said demanded item within the logical time of supply, the hospital will purchase the same from the open market and the price will be deducted from the said amount. The contractor again to the hospital will deposit the expenditure so incurred so that the Performance Guarantee amount remains the same 5 % of contract amount. The bidder shall supply drugs/medicines as per requirement in commercial packing.

6. Inspection and Tests

After delivery at THQ Hospital Pattoki the goods shall be inspected /examined to physically, check that the goods are in accordance with the Drug Act 1976 and rules framed there under. In case of any deficiency, pointed out by in the delivered goods, the Supplier shall be bound to rectify it free of cost. The samples of the medicine will then if necessary will be sent to the Drug Testing Laboratory Punjab, Lahore the cost of which will be borne by the supplier.

7. Delivery and documents:

The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i. Original copies of Delivery Note showing name of destination to which delivery is made, item’s

description, manufacturing and quantity both in words and figures.

ii. Original copies of the Supplier’s invoices showing warranty (if asked for), name of Procuring

Agency, item’s description, Batch No, quantity, per unit cost, and total amount.

8. Insurance

The goods supplied under the Contract shall be delivered duty paid, under which the risk is transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

9. Warranty:

The drugs/medicines supplied shall be accompanied by the necessary warranty on Form 2 -A in accordance with the provision of the Drugs Act, 1976 / rules framed there under. This warranty can be asked by the procuring agency as and when required.

Page 90: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

10. Payment

A. The Payment shall be in Pak Rupees.

B. The payment shall be made to the Supplier on receipt of original delivery challan(s) and invoice(s)

including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped

by the store officer / signed and stamped by Consignee.

C. The laboratory test / analysis charges of sample either against the tender shall be borne by the

Supplier.

Penalties

In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled followed by a Show Cause Notice. The supplies will be made from the performance guarantee amount deposited by the supplier. No supplies shall be accepted and the bid security will be forfeited and the firm shall be blacklisted minimum for a period of two years if the firm fails to supply the whole installments. Once of proof of innocence shall be on the supplier.

11. Arbitration and Resolution of Disputes:

In case of any dispute, concerning the interpretation and / or application of this Contract shall be settled

through arbitration. The Medical Superintendent THQ Hospital Pattoki 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.

12. Governing Language:

The language of this Contract shall be in English.

13. Applicable Law:

This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

14. Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice purposes shall be the;

------------------------------------------------ Medical Superintendent,

--------------------------------------------------- THQ Hospital Pattoki.

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

AUTHORIZATION FORM

To: [name of Purchaser]

___________________ WHEREAS [name of the Supplier] who are established and reputable supplier of medicines and having the business premises at [address of premises] do hereby authorize [name and address of Supplier/

Agent] to submit a bid, and subsequently negotiate for the goods manufactured by us. We hereby

extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for

the goods offered for supply by the above firm against this Invitation for Bids.

Page 91: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

[Signature for and on behalf of Supplier]

Note: This letter of authority should be on the letterhead of the supplier and should be signed by a person competent and having the power of attorney to bind the supplier. It should be included by the bidder in its bid.

Page 92: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CERTIFICATE

1. We hereby confirm to have read carefully all the terms and condition of the tender enquiry no.

________/THQ dated________ due for opening on _____________ at 11.30 a.m. 2. We agree to abide by all these instructions and conditions. 3. We also hereby categorically confirm that the stores offered by us are of the particulars and specifications as laid down in your

tender enquiry

4. We accept that if the required earnest money is not furnished or any offer is found lacking in any of the requirements of your

tender enquiry the offer may be ignored. 5. We hereby confirm to the delivery period mentioned in the supply orders which would be the essence of the contract and

which will be strictly adhered to by us.

6. In case of failure we agree unconditionally to accept the recovery as per terms & condition of tender enquiry.

NAME OF THE TENDERER __________________________

SIGNATURE __________________________

POSTAL ADDRESS __________________________

__________________________

__________________________

TELEPHONE NO. __________________________

NIC NUMBER __________________________

N.T.NUMBER __________________________

SALES TAX NO. __________________________

Please attach the following:-

1. COMPUTERISED NATIONAL IDENTITY CARD 2. INCOME TAX CERTIFICATE 3. SALES TAX CERTIFICATE. PROFILE OF THE COMPANY

Page 93: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PRICE SCHEDULE FOR L.P MEDICINE IN PAK RUPEES To be enclosed in a separate envelope with marking “Financial Proposal”

Name of bidder________________________________________________

SR. NO. ITEM DISCOUNT OFFERED

1 Multinational Medicines

2 National Medicines

3 Surgical/disposable items

4

Sign and Stamp of bidder_____________________________________________

Page 94: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENTS

PROCUREMENT OF

PRINTING ITEMS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 95: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7 Valid General sales Tax Number must require

8

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 96: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 97: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

Description Detail

Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

Last date of submission of Bidding Document 30-06-2020, 10:00 am

Date, time and venue of opening of technical 30-06-2020, 11:45 am Bids at Office of M.S , THQ Pattoki

Bid currency PKR

Language of bid English

Amount of bid security 2% of the estimated price (1.5 Million)

Bid validity period 120 Days

Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the Printing items to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for Printing Items on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 98: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents xiii. The goods required, bidding procedures, and contract terms are prescribed in the bidding

documents. In addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

xiv. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a

reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents

listed above, the said Bidding Documents shall take precedence. xv. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. xvi. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Page 99: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(g) Bid Security @ 2% of the estimated price (1.5 million in the shape of Call Deposit (Fresh CDR) /

Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

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

xix. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of

the goods, it proposes to supply under the Contract. xx. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration /correction

must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

xxi. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

xxii. The bidder is required to offer competitive price. All prices must include 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.

xxiii. 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.

xxiv. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Page 100: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Security @ 2% of the estimated price (Rs 1.5 MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

xvi. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

xvii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

xviii. 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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

xix. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

xx. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

x. The envelopes shall be marked as “PROPOSAL FOR PRINTING ITEMS in bold and legible letters to

avoid confusion. Envelopes shall be sealed and:

xi. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 101: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

xxii. The Procuring Agency shall initially open only the envelope 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 evidencing their

attendance. xxiii. 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

proposal. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened

to the bidder. xxiv. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

xxv. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

xxvi. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

xxvii. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

xxviii. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 102: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

viii. 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.

Evaluation & Comparison of Bids

xvi. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

xvii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances,

previous test reports, inspection of plant/ factory / premises (if not previously conducted), previous

experience, financial soundness and such other details as the Procuring Agency, at its discretion, may

consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

xviii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

xix. 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.

Evaluation Criteria:

xx. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 2

departments and 1 (Last one year)

iii.

2 to 3 4

10 Autonomous iv. 4 to 5 6

Departments. v. 6 to 7 8

vi. 8 and above 10

Bidder’s Market

i. <5 years 5

2 experience in ii. 5-6 years 6 10

iii.

6-8 year 7

Provide

quoted items

evidence of no of

iv

Above 8 years 10

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet and Bank Certificate

25 more than one Bank

financial status ii. NTN 5 certificates showing

iii. GST 15 good financial status

Suppliers will

4 Company i. Technical staff 5

15 Provide

Profile ii. Plants 5 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Excellent 40

5 Samples ii. Good 25 40 provide samples iii. Satisfactory 10 Free of cost. iv. Unsatisfactory 0

Page 103: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 7 days 7 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 15 days 15 days

Order

x) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

xi) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

xii) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids: (16) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (17) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (18) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (19) The bidders shall be promptly informed about the rejection of the bids, if any. (20) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess

Page 104: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

xiii. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

xiv. The notification of award shall constitute the formation of the Contract.

Signing of Contract xv. 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.

xvi. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be

Page 105: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

ix. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

x. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

16) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means Printing Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

17) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 18) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

19) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

20) Use of Contract Documents and Information i) The Supplier shall not 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

Page 106: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

xi) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document

or information enumerated in condition of contract except for purposes of performing the Contract.

xii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

xiii) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to

the performance of the Supplier. 12) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

13) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

12) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.

Page 107: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

46) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

47) Insurance: The goods supplied under the Contract shall be delivered duty paid. 48) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

49) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

50) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

51) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

52) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

53) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

54) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

55) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

56) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

57) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 108: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

37) Termination for Insolvency 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.

38) Arbitration and Resolution of Disputes: 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. 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.

39) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

40) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

41) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

17. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

18. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

19. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of

Medical Superintendent , THQ Hospital Pattoki. 20. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the

Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

21. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount.

Page 109: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

27. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

28. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

29. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

30. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

31. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or

application of this Contract shall be settled through arbitration. The Additional Chief Secretary 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.

32. Governing Language: The language of this Contract shall be in English. 33. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 110: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ to Printing Items (hereinafter called “the Contract”). And

whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued by a

scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier’s

performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 111: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 28. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 29. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

30. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

31. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

32. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

33. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

34. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

35. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies avaiPrinting le to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

36. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 112: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

55. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

56. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 57. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

59. Partial supply shall not be accepted. 60. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 61. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 62. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 63. The seller shall have to supply such quantity as ordered.

64. The seller shall provide free delivery of Items to consignee at the hospital. 65. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 66. Payment will be made by the end users as per rules after completion of all codal formalities.

67. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

68. This contract agreement shall remain valid till 30th

June, 2021. 69. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 113: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 114: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OF THE PRINTING ITEMS FOR THE YEARFINANCIAL YEAR 2020-21

NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 1.5 Million

Purchase orders may be less than 1.5 M according to requirement

Description of Items Rates/Unit

1. OPD Register Standard size 11*18, 300 Leaf 70gm with binding

(as per Sample)

2. Laboratory Register Standard Size100 Leaf 63gm With Binding

(as per sample)

3. Indoor Register Standard Size 100Leaf 63gm With Binding (as

per sample)

4. Contingent Bill form Complete Set 63gm

(as per sample)

5. T.A Bill Form Gazetted / Non Gazetted 63gm

6. Family Planning Register Standard Size 100 Leaf 63gm With

Binding (as per sample)

7. Family Planning Card Standard Size (as per sample)

8. Mother Healthcare Register Standard Size 200 leaf 63gm With

Binding (as per sample)

9. Antenatal Card Standard Size (as per sample)

10. Obstetric Register Standard Size 100 Leaf 63gm With Binding (as

per sample)

11. Operation Theater (OT) Register Standard Size 200 leaf 63gm

With Binding (as per sample)

12. Expense Book Standard size 100 leaf 63gm (as per sample)

13. Stock Register (Medicines / Supplies) Standard size 100 Leaf

with binding (as per sample)

14. Stock Register Equipment / Furniture / Linen Standard size 100

leaf 63gm with binding (as per sample)

15. MLC Standard Size10*15, 150 Leaf 63gm

16. Medicines Requisition Slips 100 Leaf 63gm (as per sample)

17. Postmortem Register Standard Size 200 Leaf 63gm

18. Rape Case Register Standard Size 9*13, 200 Leaf 63gm

19. Discharge Slip Standard Size 63gm

20. Receipt Book Standard Size 63gm

21. Requisition Slips Pad No Of 100 63gm Store / Dispensary

22. Bin Card (5”x8”) 300gm

Page 115: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Sign and Stamp of bidder______________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

23. Ultra Sound Pad 63gm Standard Size (As Per sample)

24. File Cover Fine Quality Standard Size Printed with Government

of Punjab Logo

25. Referral Pad (As per sample)

26. Register Blank Size:(8.5”x13.5”) 200 Leaf 63gm With Binding

27. Attendance Register Size:(8.5”x13.5”)

28. Indent book

29. Radiology register

30. Plane register

31. Surgical Admission File (As per sample)

32. Medicine Admission File (As per sample)

33. Emergency file/cards as sample

Page 116: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

16. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

17. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

18. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

19. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

20. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 117: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 118: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI

Page 119: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENTS

PROCUREMENT OF

RADIOLOGY ITEMS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 120: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7 Valid General sales Tax Number must require

8

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 121: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 122: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

ITB Ref Description Detail

N/A Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

N/A Last date of submission of Bidding Document 30-06-2020, 10:00 am

ITB Clause 27 Date, time and venue of opening of technical 30-06-2020, 11:15 am Bids at Office of M.S , THQ Pattoki

ITB Clause 16 Bid currency PKR

ITB Clause 13 Language of bid English

ITB Clause 20 Amount of bid security 2% of the estimated price (0.7 Million)

ITB Clause 21 Bid validity period 120 Days

ITB Clause 09 Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the Radiology items to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for Radiology Items on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 123: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents xvii. The goods required, bidding procedures, and contract terms are prescribed in the bidding

documents. In addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

xviii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a

reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents

listed above, the said Bidding Documents shall take precedence. xix. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

documents. xx. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

12. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Page 124: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(h) Bid Security @ 2% of the estimated price (0.7 million in the shape of Call Deposit (Fresh CDR) /

Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

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

xxv. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of

the goods, it proposes to supply under the Contract. xxvi. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

xxvii. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

xxviii. The bidder is required to offer competitive price. All prices must include 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.

xxix. 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.

xxx. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Page 125: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Security @ 2% of the estimated price (Rs 0.7 MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

xxi. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

xxii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

xxiii. 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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

xxiv. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

xxv. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

xiii. The envelopes shall be marked as “PROPOSAL FOR RADIOLOGY ITEMS in bold and

legible letters to avoid confusion. Envelopes shall be sealed and:

xiv. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 126: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

xxix. The Procuring Agency shall initially open only the envelope 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 evidencing their

attendance. xxx. 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

proposal. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened

to the bidder. xxxi. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

xxxii. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

xxxiii. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

xxxiv. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

xxxv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 127: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ix. 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.

Evaluation & Comparison of Bids

xxi. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

xxii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances,

previous test reports, inspection of plant/ factory / premises (if not previously conducted), previous

experience, financial soundness and such other details as the Procuring Agency, at its discretion, may

consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

xxiii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

xxiv. 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.

Evaluation Criteria:

xxv. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 2

departments and 1 (Last one year)

iii.

2 to 3 4

10 Autonomous iv. 4 to 5 6

Departments. v. 6 to 7 8

vi. 8 and above 10

Bidder’s Market

i. <5 years 5

2 experience in ii. 5-6 years 6 10

iii.

6-8 year 7

Provide

quoted items

evidence of no of

iv

Above 8 years 10

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet and Bank Certificate

25 more than one Bank

financial status ii. NTN 5 certificates showing

iii. GST 15 good financial status

Suppliers will

4 Company i. Technical staff 5

15 Provide

Profile ii. Plants 5 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Excellent 40

5 Samples ii. Good 25 40 provide samples iii. Satisfactory 10 Free of cost. iv. Unsatisfactory 0

Page 128: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 7 days 7 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 15 days 15 days

Order

xiii) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

xiv) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

xv) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids: (21) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (22) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (23) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (24) The bidders shall be promptly informed about the rejection of the bids, if any. (25) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess

Page 129: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

xvii. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

xviii. The notification of award shall constitute the formation of the Contract.

Signing of Contract xix. 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.

xx. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be

Page 130: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

xi. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

xii. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

21) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means Radiology Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

22) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 23) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

24) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

25) Use of Contract Documents and Information i) The Supplier shall not 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

Page 131: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

xiv) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any

document or information enumerated in condition of contract except for purposes of performing the

Contract.

xv) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

xvi) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to

the performance of the Supplier. 14) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

15) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

13) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.

Page 132: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

58) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

59) Insurance: The goods supplied under the Contract shall be delivered duty paid. 60) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

61) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

62) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

63) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

64) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

65) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

66) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

67) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

68) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

69) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 133: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

42) Termination for Insolvency 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.

43) Arbitration and Resolution of Disputes: 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. 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.

44) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

45) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

46) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

22. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

23. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

24. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of

Medical Superintendent , THQ Hospital Pattoki. 25. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the

Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

26. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount.

Page 134: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

34. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

35. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

36. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

37. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

38. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or

application of this Contract shall be settled through arbitration. The Additional Chief Secretary 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.

39. Governing Language: The language of this Contract shall be in English. 40. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 135: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ to Radiology Items (hereinafter called “the Contract”).

And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued

by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the

Supplier’s performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 136: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 37. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 38. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

39. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

40. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

41. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

42. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

43. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

44. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies avaiRadiology le to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

45. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 137: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

70. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

71. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 72. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

74. Partial supply shall not be accepted. 75. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 76. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 77. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 78. The seller shall have to supply such quantity as ordered.

79. The seller shall provide free delivery of Items to consignee at the hospital. 80. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 81. Payment will be made by the end users as per rules after completion of all codal formalities.

82. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

83. This contract agreement shall remain valid till 30th

June, 2020. 84. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 138: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 139: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OFTHE RADIOLOGY ITEMS FOR THE YEAR FINANCIAL YEAR 2020-21

NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 0.7 Million

Purchase orders may be less than 0.7 M according to requirement

SR. # DESCRIPTION OF ITEMS RATES/UNIT

01 X-Ray Films (8*10) BLUE 100 Films per pack

02 X-Ray Films (10*12) BLUE 100 Films per pack

03 X-Ray Films (14*17) BLUE 100 Films per pack

04 X-Ray CHEMICAL Developers kits

05 X-Ray CHEMICAL Fixer kits

06 AGFA Digital X-Ray Films (8*10) 100 Films per pack

07 AGFA Digital X-Ray Films (10*12) 100 Films per pack

08 AGFA Digital X-Ray Films (14*17) 100 Films per pack

Sign and Stamp of bidder______________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Page 140: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

21. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

22. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

23. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

24. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

25. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 141: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 142: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI

Page 143: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BIDDING DOCUMENTS

PROCUREMENT OF

STATIONARY ITEMS

UNDER FRAMEWORK CONTRACT FOR FINANCIAL YEAR 2020-21

TEHSIL HEAD QUARTER HOSPITAL PATTOKI

DISTRICT: KASUR

Primary & Secondary HealthCare Department, Government of Punjab

Page 144: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CHECK LIST

S # DETAIL YES / NO PAGE #

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.

2 Valid National ID Card (NADRA) and Company profile (Name, Address, and Tel No).

3 Price should be inclusive of all taxes, No hidden charges will be acceptable

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

An affidavit on stamp paper of Rs.100/- submitting that the firm is never

5 blacklisted on any grounds whatsoever from Government / Autonomous

Institutions.

6

Valid National Tax Number

7 Valid General sales Tax Number must require

8

Bid security 2% of the estimated price in the shape of fresh CDR in the name of

Medical Superintendent THQ Hospital Pattoki, Kasur.

GENERAL CLAUSES

1 Detail of staff / profile of company

2

Supply orders detail over last one year (minimum) from Government organization

/ Autonomous institutions.

An affidavit on stamp paper of Rs.20/- that the bidder shall provide Goods/services

3 as per Demand / Orders.

4 Latest tax paid, balance sheet, audit inspection report.

Page 145: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Invitation for Bids

The Medical Superintendent THQ Hospital Pattoki invites sealed bids from interested firms/agencies of repute with

financially sound background involved in running Business in following items to comply the demand for financial

year the year 2020-2021.

1) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope) procedures

specified in the Punjab Procurement Rules, and is open to all eligible bidders as defined in the bidding

document.

2) Interested eligible bidders may obtain separate bidding document for each category and further information

from the office of Medical Superintendent on submission of written application along with payment of non-

refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of

Medical Superintendent, THQ Hospital, Pattoki.

3) Biding documents are also available on Punjab Procurement Regulatory Authority website

(www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

4) Bidding Documents must be accompanied by a Bid Security valid for 120 days as mentioned above in the

form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

5) Tender closing time is 10:00 am and date is 30.06.2020 and Bids will be opened in the presence of bidders’

representatives who choose to attend at above mentioned times same day, in the Office of The Medical

Superintendent THQ Hospital Pattoki.

6) The bidders are requested to give their best and final prices as no negotiations are expected.

7) The hospital may reject all bids at any time prior to acceptance of bids (PPRA Rule 35)

8) Taxes will be deducted as per applicable government rules.

9) NTN and Sales Tax registration certificate must be provided.

For obtaining any further information or clarifications, please contact at the following.

The Medical Superintendent

THQ Hospital Pattoki

Ph. # 049-4420312

Sr.

# Detail

Tender

Fee Bid Security

Tender

closing date

and Time

Tender

opening date

and Time

1. Frame Work contract for Procurement of

Pathology Lab Items Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:35 AM

2. Frame Work contract for Procurement of

General Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 10:45 AM

3. Frame Work contract for Procurement of

Stationary Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:00 AM

4. Frame Work contract for Procurement of

Radiology Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:15 AM

5.

Frame Work contract for Local Purchase of

Medicines and surgical Disposables on day

to day basis

Rs. 1000/-

2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:30 AM

6. Frame Work contract for Procurement of

Printing Items

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 11:45 AM

7. Frame Work contract for Procurement of

Laundry services

Rs. 1000/- 2% of the estimated

cost given in bidding

document

30.06.2020 At 10:00 AM

30.06.2020 At 12:00 PM

Page 146: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Data Sheet

Description Detail

Commencement of sale of Bidding Document Soon after of publishing of advertisement on PPRA website

Last date of submission of Bidding Document 30-06-2020, 10:00 am

Date, time and venue of opening of technical 30-06-2020, 11:00 am Bids at Office of M.S , THQ Pattoki

Bid currency PKR

Language of bid English

Amount of bid security 2% of the estimated price (1.0 Million)

Bid validity period 120 Days

Bidding procedure Single stage – two Envelop procedure

INSTRUCTIONS TO BIDDERS

Source of Funds: The Government of Punjab, Health Department has allocated funds for the Stationary items to the individual institution under their relevant Head of Account which will be utilized by THQ Hospital Pattoki for the said purpose during the FINANCIAL YEAR 2020-21.

THQ Hospital Pattoki intends to fix the price / conclude the contract for Stationary Items on Free Delivery to consignee’s end basis directly to THQ Hospital Pattoki.

Eligible bidders: This Invitation for Bids is open to all manufacturers/ importers/ distributors/ sole agents

having income tax/sale tax registered on Free Delivery to Consignee’s end basis. The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices, declared by any Government (Federal/Provincial/District), a Local Body or a Public Sector Organization.

Eligible Goods and Services: All goods 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 goods and services. For this purpose, the term “Goods” includes any Goods that are the subject of this Invitation for Bids and the term “Services” shall include related services such as transportation, insurance etc. The “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced through manufacturing or processing, or substantial and major assembly of ingredients / components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

Cost of Bidding: 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 manner or outcome of the bidding process.

NOTE: List of required items with specifications is attached.

Page 147: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

THE BIDDING DOCUMENTS

Content of Bidding Documents xxi. The goods required, bidding procedures, and contract terms are prescribed in the bidding

documents. In addition to the invitation for bids, the bidding documents shall include:- a) Instructions to bidders;

b) General Conditions of Contract;

c) Special Conditions of Contract;

d) Schedule of Requirements;

e) Technical Specifications;

f) Manufacturer’s Authorization Form; g) Performance Guaranty Form;

xxii. The “Invitation for Bids” does not form part of the Bidding Documents and is included as a

reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents

listed above, the said Bidding Documents shall take precedence. xxiii. The bidder is expected to examine all instructions, forms, terms, and specifications in the

bidding documents. xxiv. 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.

Clarification of Bidding Documents: 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 no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents. Pre-bid conference shall be arranged for clarifications of the bidders on the date and time mentioned above under bio-data sheet.

Amendment of Bidding Documents: 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. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. 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.

PREPARATION OF BIDS

Language of Bid: 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 in English, in which case, for purposes of interpretation of the Bid, the translation shall govern.

13. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with proposal).

(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and

Page 148: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

(i) Bid Security @ 2% of the estimated price (1.0 million in the shape of Call Deposit (Fresh CDR) /

Bank Guarantee in the name of MEDICAL SUPERINTENDENT THQ Hospital Pattoki to be submitted with Technical offer.

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

xxxi. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of

the goods, it proposes to supply under the Contract. xxxii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red / yellow marker.

xxxiii. The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

xxxiv. The bidder is required to offer competitive price. All prices must include 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.

xxxv. 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.

xxxvi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

Bid currencies: Prices shall be quoted in Pak Rupees.

Page 149: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Bid Security @ 2% of the estimated price (Rs 1.0 MILLION /- in the shape of Call Deposit (Fresh CDR) / Bank Guarantee in the name of MEDICAL SUPERINTENDENT, THQ HOSPITAL PATTOKI from any schedule bank shall be furnished by the bidder along with Technical offer.

Bid Validity

xxvi. Bids shall remain valid for the period of 120 Days after the date of opening of Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

xxvii. 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 reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

xxviii. 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 without forfeiture of their bid securities (earnest money).

Format and Signing of Bid:

xxix. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed or written in indelible ink and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.

xxx. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

SUBMISSION OF BIDS

Sealing and Marking of Bids

xvi. The envelopes shall be marked as “PROPOSAL FOR STATIONARY ITEMS in bold and

legible letters to avoid confusion. Envelopes shall be sealed and:

xvii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;

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

Page 150: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders, not later than the time and date specified in the Invitation for Bids. 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 bidders, 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.

Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

Opening of Bids

xxxvi. The Procuring Agency shall initially open only the envelope 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 evidencing their

attendance. xxxvii. 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

proposal. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened

to the bidder. xxxviii. The Procuring Agency shall prepare minutes of the bids opening.

Clarification of Bids: 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

Preliminary Examination

xxxix. The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

xl. In the bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.

xli. The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any bidder.

xlii. Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Law, Taxes & Duties shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

Page 151: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

x. 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.

Evaluation & Comparison of Bids

xxvi. The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive.

xxvii. The Procuring Agency’s evaluation of / bid shall be on the basis of previous performances,

previous test reports, inspection of plant/ factory / premises (if not previously conducted), previous

experience, financial soundness and such other details as the Procuring Agency, at its discretion, may

consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the

basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders.

xxviii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.

xxix. 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.

Evaluation Criteria:

xxx. For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, inspection of plant / factory /premises, previous experience, financial soundness and such other details as the Procuring Agency, at its discretion, may consider appropriate shall be taken into consideration. The following merit point system for weighing evaluation factors/ criteria can be applied for the PROPOSALS. The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria S# Parameters Detail Marks Remarks

Bidder’s Past Major institutions served: Institutions include

i.

No institution served 0

Government

Performance

ii.

1 2

departments and 1 (Last one year)

iii.

2 to 3 4

10 Autonomous iv. 4 to 5 6

Departments. v. 6 to 7 8

vi. 8 and above 10

Bidder’s Market

i. <5 years 5

2 experience in ii. 5-6 years 6 10

iii.

6-8 year 7

Provide

quoted items

evidence of no of

iv

Above 8 years 10

years in business

i. Last year’s audited balance 5 Bidder can provide

3 Registration and Sheet and Bank Certificate

25 more than one Bank

financial status ii. NTN 5 certificates showing

iii. GST 15 good financial status

Suppliers will

4 Company i. Technical staff 5

15 Provide

Profile ii. Plants 5 information of the

iii. Transport vehicles 5 manufacturers also

Bidder will i. Excellent 40

5 Samples ii. Good 25 40 provide samples iii. Satisfactory 10 Free of cost. iv. Unsatisfactory 0

Page 152: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Total marks: 100 Total marks Obtained:

Qualifying marks 50%

SCHEDULE OF REQUIREMENT:

100% QUANTITY AS PER

TOTAL

MODE OF PENALTY DELIVERY PURCHASE ORDER

PERIOD

WITHOUT PENALTY 7 days 7 Days

WITH PENALTY

0.067% per day after 7 days of Purchase 15 days 15 days

Order

xvi) 100% complete information according to the bid evaluation criteria provided by the firm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT.

xvii) After evaluation is completed, the Procuring Agency shall inform the bidders who have submitted proposals the scores obtained by their proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 50% or were considered non responsive, that their financial proposals shall be returned after completing the selection process. The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks, the date, time and location for opening the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

xviii) Proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend. The name of the bidders and the score of the bidder shall be read aloud.

Contacting the Procuring Agency: 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. If the bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. Any effort

by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluation is strictly prohibited. Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose.

Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidder if it finds, at any time, that the information submitted by firm was false and materially inaccurate or incomplete. Rejection of Bids: (26) The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. (27) The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. (28) The procuring agency shall incur no liability, solely by virtue of its invoking sub-rule (1) towards the bidders. (29) The bidders shall be promptly informed about the rejection of the bids, if any. (30) A procuring agency may, for reasons to be recorded in writing, restart bidding process from any prior stage if it is possible without violating any principle of procurement contained in rule 4 and shall immediately communicate the decision to the bidders. Re-Bidding: If the Procuring Agency rejected all bids, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Rule 42 of the Punjab Procurement Rules-2014. The Procuring Agency before invitation for re-bidding shall assess

Page 153: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary.

Announcement of Evaluation Report: The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract.

AWARD OF CONTRACT

Acceptance of Bid and Award criteria

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the Contract, within the original or extended period of bid validity.

Procuring Agency’s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract’s award to increase or decrease, the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions.

Limitations on negotiations

Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender, but only to minor technical, Contractual or logistical details. I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work, the

specification or drawings; Minor amendments to the Special Conditions of Contract;

Finalizing the payment arrangements;

Mobilization arrangements;

Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency;

The proposed methodology or staffing;

Inputs required from the procuring agency;

Clarifying details that were not apparent or could not be finalized at the time of bidding;

The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to:

Substantially change the technical quality or details of the requirement, including the tasks or

responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract;

Reduce unit rates or reimbursable costs, provided that in case of exceptional circumstances like

exorbitant rate, rates higher than prevailing market rates, negotiation may be adopted; Reduce work inputs solely to meet the budget; or

Substantially alter anything which formed a crucial or deciding factor in the evaluation of the

Tenders or proposals.

Notification of Award

xxi. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful bidder in writing by registered letter, to be confirmed in writing by registered letter, that its bid has been accepted.

xxii. The notification of award shall constitute the formation of the Contract.

Signing of Contract xxiii. 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.

xxiv. Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If the successful bidder, after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be

Page 154: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

blacklisted minimum for two years. In such situation, the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Performance Guaranty/ Security

xiii. On the date of signing of Contract, the successful bidder shall furnish the 5 % Performance Guaranty / Security in accordance with the Conditions of Contract, in the Performance Guaranty / Security Form provided in the bidding documents.

xiv. Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment/termination of the award and forfeiture of the bid Security, in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids.

Corrupt or Fraudulent Practices (a) The Procuring Agency requires that the Procuring Agency as well as bidders/ Contractors observe the

highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency 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 noncompetitive 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;

(c) 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; onus of proof will be on the firm.

GENERAL CONDITIONS OF CONTRACT

26) Definitions: In this Contract, the following terms shall be interpreted as indicated against each;

i) “The Contract” means the agreement between the Procuring Agency and the Supplier, as recorded

in the Contract Form signed by the Parties, including all attachments and appendices thereto and all

documents incorporated by reference therein. ii) “The Contract Price” means the price payable to the Supplier under the Contract for the full and

proper performance of its contractual obligations.

iii) “The Goods” means Stationary Items. iv) “The Procuring Agency” means MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

v) “The Supplier” means the individual or firm supplying the goods under this Contract.

27) Application: These General Conditions shall apply to the extent that they are not inconsistent / superseded

by provisions of other parts of the Contract 28) Country of Origin: All goods 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 goods and services. For the purposes of this clause, “origin” means the place where the goods are produced through manufacturing or processing, or the place from which the related services are supplied.

29) Standards: The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

30) Use of Contract Documents and Information i) The Supplier shall not 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

Page 155: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

therewith, to any person other than a person employed by the Supplier in the performance of the Contract.

xvii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any

document or information enumerated in condition of contract except for purposes of performing the

Contract.

xviii) Any document, other than the Contract itself, enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency.

xix) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to

the performance of the Supplier. 16) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

17) Ensuring intimation of storage arrangements: To ensure storage arrangements for the intended supplies, the Supplier shall inform the Consignee one week in advance.

14) Physical examination: i) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.

Page 156: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

70) Delivery and Documents: The Supplier in accordance with the terms specified in the Bidding Documents

shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract.

71) Insurance: The goods supplied under the Contract shall be delivered duty paid. 72) Transportation: The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their destination. The goods shall be delivered to THQ Hospital Pattoki on the risk and cost of the Supplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.

73) Incidental Services: The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price.

74) Payment: The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract. The currency of payment is Pak. Rupees.

75) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension.

76) Contract Amendments: No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties.

77) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.

78) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance

with the time schedule prescribed by the Procuring Agency. If at any time during performance of the

Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). The Procuring Agency 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 Procuring Agency by amendment of Contract. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

79) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in

Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

80) Termination for Default: The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency; or if the Supplier fails to perform any other obligation(s) under the Contract and 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

81) Force Majeure: Notwithstanding the provisions of general conditions of contract 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 mis 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 embargos. 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 of Health Department, constituted 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

Page 157: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

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.

47) Termination for Insolvency 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.

48) Arbitration and Resolution of Disputes: 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. 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.

49) Governing Language: The Contract shall be written in English language. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.

50) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

51) Notices i) 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 Special Conditions of Contract. ii) A notice shall be effective when delivered or on the notice’s effective date, whichever is later

SPECIAL CONDITION OF CONTRACT

27. Definitions In this Contract, the following terms shall be interpreted as indicated against each;

a. “The Contract” means the agreement between the Procuring Agency and the Supplier, 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 Supplier: is the individual or firm supplying the goods under this contract.

28. Country of Origin: All goods and related services to be supplied under the contract must be from that origin / country as indicated under general conditions of the contract.

29. Bid Security. 2% of the estimated price in the shape of Call Deposit (CDR) / Bank Guarantee in the name of

Medical Superintendent , THQ Hospital Pattoki. 30. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish the

Performance Guaranty/Security equivalent to 5 % of the total Contract amount in the shape of CDR in the name of Medical Superintendent THQ Hospital Pattoki from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format.

31. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to which delivery

is to be made, item’s description, batch No(s), Registration No, manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of Procuring Agency

/destination to which delivery is to be made, item’s description, manufacturing and expiry date, quantity,

per unit cost, and total amount.

Page 158: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

41. Insurance The goods supplied under the Contract shall be delivered duty paid, under which the risk is

transferred to the Procuring Agency after having been delivered; hence insurance coverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

42. Incidental Services

The following incidental services shall be provided and the cost of which should include in the total bid price.

a. The bidder shall supply as per tender requirement in commercial packing along with complete literature (Leaflet) In case, the packing requirements are not fulfilled, the 30% of total cost shall be deducted from the payment of the contractor / supplier firm.

b. If the Supplier / bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods, the same shall be included prior to comparison of rates with the other bidders.

43. Payment A. The Payment shall be in Pak Rupees. B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) and invoice(s) including those of GST (if applicable) in duplicate duly completed in all respect and signed & stamped by the store officer / signed and stamped by Consignee, along with physical inspection report, carried out by the Committee, with certificate and test / analysis report to the effect that the supplies conform to specifications.

44. Penalties/ Liquidated Damages a. In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement, the Contract to the extent of non-delivered portion of supply may be cancelled

followed by a Show Cause Notice. No supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of two years. If the firm fails to supply the whole installments, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two years. Onus of proof of innocence shall be on the supplier. b. In case of late delivery of goods beyond the periods specified in the schedule of requirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

45. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and / or

application of this Contract shall be settled through arbitration. The Additional Chief Secretary 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.

46. Governing Language: The language of this Contract shall be in English. 47. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall

have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose Procuring Agency’s address for notice ------------------------------------------------ Purposes shall be the;

Medical Superintendent

THQ Hospital Pattoki

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

Page 159: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

Whereas M/S ___________________ (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No.________ dated _______ to Stationary Items (hereinafter called “the Contract”).

And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR, issued

by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the

Supplier’s performance obligations in accordance with the Contract.

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

MANUFACTURER’S AUTHORIZATION FORM

To: [MEDICAL SUPERINTENDENT , THQ Hospital Pattoki]

___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name

and or description of the goods] having factories at [address of factory] do hereby authorize [name and

address of Supplier] to submit a bid, and subsequently negotiate and sign the Contract with you against No.

[Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee

and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the

above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person

competent and having the power of attorney to bind the Manufacturer. It should be included by the bidder in its

bid.

Page 160: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

CONTRACT FORM

THIS CONTRACT is made at ------------------on----------- day of------------ 201_, between the MEDICAL SUPERINTENDENT THQ Hospital Pattoki (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name_____________________) a firm registered under the laws of Pakistan and having

its registered office at (address of the firm____________________) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name______________________) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit, NOW THIS CONTRACT WITNESSES AS FOLLOWS: 46. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in

the General/ Special Conditions of this Contract hereinafter referred to as “Contract”: 47. The following documents shall be deemed to form and be read and construed as integral part of this

Contract, viz:- A. Price Schedule submitted by the bidder, B. Technical Specifications; C. General Conditions of Contract; D. Special Conditions of Contract; and E. Procuring Agency’s Award of contract; and

F. Purchase Order

48. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

49. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods

and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

50. [The Supplier_______________] hereby declares that it has not obtained or induced the procurement of

any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

51. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has

fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through

any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto.

52. [The Supplier_______________] certifies that has made and shall make full disclosure of all agreements

and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

53. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making

full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies avaiStationary le to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

54. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier]

agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt

business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

Page 161: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

85. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled

through arbitration. The MS 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.

86. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive

jurisdiction. 87. If the firms provide substandard item and fail to provide the item as per specification laid down in the

Technical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by the Firm.

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

Dumping, Incineration

89. Partial supply shall not be accepted. 90. Quality/quantity of delivered Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Executive Directors. 91. The supply shall not be accepted if found substandard. The seller shall be bound to replace the substandard

stores immediately. 92. Seller shall ensure timely, continuous / uninterrupted supply to the end users as per demand throughout the

contract period. 93. The seller shall have to supply such quantity as ordered.

94. The seller shall provide free delivery of Items to consignee at the hospital. 95. If the rates charged by the seller are found higher than the market rates the extra money charged shall have

to be refunded by the seller. 96. Payment will be made by the end users as per rules after completion of all codal formalities.

97. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.

98. This contract agreement shall remain valid till 30th

June, 2021. 99. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in

evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________ (the place) and shall enter into force on the day, month and year first above mentioned.

Signature of Owner of Firm----------------------------- ______________________________ Name ------------------------------------------------ MEDICAL SUPERINTENDENT Father Name------------------------------------------- THQ Hospital Pattoki Designation------------------------------------------- CNIC#------------------------------------------

Witnesses (Procuring Agency): Witnesses :

Signature_______________________ Signature_________________________ CNIC#__________________________ CNIC#___________________________ Name __________________________ Name ____________________________ Designation_____________________ Designation_______________________ Address________________________ Address__________________________

Page 162: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

BID FORM Date: ________________ No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding

Documents for the sum of [Total Bid Amount ______________], [Bid Amount in words____________________________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the

Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of

call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT , THQ Hospital Pattoki

We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency

may receive.

Name and address --------------------------- Amount -----------------------

(If none, state “none”).” Dated this ________________day of _____________________________20__.

Signature (in the capacity of) duly authorized to sign bid for and on behalf of.

Attachment

Page 163: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

LIST OF THE STATIONARY ITEMS FOR THE YEARFINANCIAL YEAR 2020-21

NOTE:

THQ Hospital Pattoki is exempted from GST therefore it is requested that quote rate without

GST. Qty can reduce OR increase according to the budget.

Estimated Cost : 1.0 Million

Purchase orders may be less than 1.0 M according to requirement

Items Rate/Unit

1. White Paper 8.5x 11.5, 72gm (480 paper) per Rim AA, copy mate or equivalent

2. Computer paper (Imported) A4 size 80gm (480 paper per Rim) AA, copy mate or equivalent

3. Blue Ink (Dollar 60ml)

4. Stamp Pad (Medium Size)

5. Stapler Machine Max

6. Stapler Machine

7. Stapler Pins Dollar

8. Stamp Pad Ink (Standard Size)Fine Quality

9. Gum Bottle 142 ml

10. Highlighter Marker mercury/ equivalent

11. Carbon paper box

12. Ball Point (Piano/ Crystal / Picasso/ equivalent ) blue/red/black

13. Gum Sticks

14. Punching Machine (single, double)

15. Pin Cousin

16. Pin Clipper

17. Marker Permanent / Non-Permanent

18. Led pencil Gold fish/ equivalent per pack

19. Rubber

20. Scotch tape

21. Thumb pin

22. Paper cutter

Page 164: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Sign and Stamp of bidder______________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Page 165: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

Annex. I: Terms & Conditions

26. The total contract period will be for one year extendable to 03 months on the same terms

and conditions subject satisfactory performance of the firm, certified by End User.

27. The annual increase in price allowed will not be more than 10% by mutual agreement (If the

contract is extended).

28. The bidder must comply with the advertised technical specification of the quoted items.

Incomplete offer will straightway rejected.

29. Rates must be comparable with other renowned companies, local market and other hospitals of

Punjab government. If rates found on higher side, hospital has right to cancel the contract.

30. Winning bidder will be responsible for on time delivery of items to the hospital.

Page 166: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

ON STAMP PAPER OF RS 100/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

ON STAMP PAPER OF RS 20/-

AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. And prices quoted by me , was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Name of the bidder ___________________ Father, s Name__________________ Address of bidder / Firm___________________ NIC #____________________ Designation._________________________ Signature ___________________ Stamp_________________

Page 167: Bidding Documents · refundable fee. Bidding documents are available and submitted till 30-06-2020 up to 10:00 am from office of Medical Superintendent, THQ Hospital, Pattoki. 3)

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide by rules as laid down in the bidding documents Name of the tenderer:_____________________________ Sign of tenderer:__________________________________ Designation of tenderer:____________________________ Postal address:____________________________________ Telephone Number:________________________________ CNIC number:______________________________________ NTN number:_______________________________________ Sign & Stamp:_______________________________________

ALL RIGHTS RESERVED , THQ HOSPITAL PATTOKI