bidding documents of pic, lahore for drugs / medicine items

137

Upload: khangminh22

Post on 06-Nov-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

6

PUNJAB INSTITUE OF CARDIOLOGY,

LAHORE Ph: No. 99203051 – 60

BIDDING DOCUMENTS

Bidding Documents of PIC, Lahore for Drugs / Medicine

items for the year 2013-2014.

7

Invitation for Bids Punjab Institute of Cardiology, Lahore.

Procurement of Drugs and Medicines

Punjab Institute of Cardiology, Lahore invites sealed bids from the eligible bidders for supply of

Drugs/Medicines and Surgical Disposable Items etc. to meet the requirement of the institution.

Detailed description and quantities of Drugs/Medicines and Surgical Disposable Items etc. are

given in the Bidding Documents.

2. Interested eligible bidders may get the Bidding Documents at the address mentioned below on

submission of written application alongwith payment of nonrefundable fee of Rs. 1000/- (One

Thousand only). Bidding Documents shall be issued upto 03/10/ 2013 only during office hours.

3. Bidding will be conducted through Single Stage – Two Envelopes bidding procedure as per

Rule 36 (b) of Punjab PPR-2009 (Amended).

4. Bids must be delivered to the Meeting Room of Punjab Institute of Cardiology, Lahore, at or

before 10:30 hours on 24/10/2013. Bid security of 2% of the total bid value in the shape of call

deposit required to be supported with the financial bid.

Late bids will be rejected. Bids will be opened in the presence of the bidder‟s representatives

who choose to attend at the Meeting Room of Punjab Institute of Cardiology, Lahore at 11:30

hours on 24/10/2013.

5. The Bidders are requested to give their best and final prices as no negotiations on the prices

are allowed.

For and on behalf of Medical Superintendent

Punjab Institute of Cardiology, Lahore

Telephone(s) : +92-42-99200031

Facsimile : +92-42-99203204

8

Bid Data Sheet ITB Ref Description Detail

N/A Commencement of sale of Bidding Document 12 August, 2013

N/A Last date of sale of Bidding Document 04 August, 2013

ITB Clause 24 Last date and time for the receipt of bidding document 04 August, 2013 11:00

hours

N/A Pre-bid meeting date, time and venue 04 September, 2013 01:00 hours in the Meeting

Room, Punjab Institute of Cardiology, Lahore

ITB Clause 27 Date, time and venue of opening of technical bids 05 September, 2013 11:30

hours

Meeting Room, Punjab Institute of Cardiology, Lahore

ITB Clause 16 Bid currency PKR

ITB Clause 13 Language of bid English or Urdu

ITB Clause 20 Amount of bid security 2% of the total bid value.

ITB Clause 21 Bid validity period 90 Days

ITB Clause 09 Bidding procedure Single stage – Two Envelop procedure

ITB Clause 27 Address for communication:

For and on behalf of Medical Superintendent,

Punjab Institute Cardiology, Lahore, Pakistan

Telephone(s) : +92-42-99200031

Facsimile : +92-42-99203204

9

SECTION 1

Invitation to Bid

10

Letter of Invitation Procurement of Drugs and Medicines

24/10/ 2013

Dear Sir/ Madam.

1. Punjab Institute of Cardiology, Lahore invites sealed bids from the eligible bidders for supply

of Drugs/Medicines Items etc. to meet the requirement of Director General Health Services,

Punjab, Lahore in quantities and specifications more specifically described in Section III of the

Bidding Documents.

2. Bidding shall be conducted as per the procedure specified in the Bidding Documents.

3. Interested bidders may obtain further information and inspect the Bidding Documents at the

address given below from 08:00 hours to 15:00 hours on any working day before closing date or

the same can be examined online at the PPRA website (www.ppra.punjab.gov.pk) as well as

Punjab Health Sector Reform Programme (www.phsrp.punjab.gov.pk) until the closing date for

the submission of bids.

4. A complete set of original Bidding Documents shall be purchased from the below mentioned

office on all working days from 08:00 hours to 15:00 hours on submission of a written

application and payment of non-refundable fee of Pak Rupees 1000/- only.

5. Prospective bidders may note that the pre-bid meeting will be held at 01:00 hours on 04

September, 2013 in the Meeting Room, Punjab Institute of Cardiology, Jail Road, Lahore

Pakistan.

6. Bids must be delivered, in the manner prescribed, at or before 11:00 hours on 24/10/2013. Late

Bids will be rejected. Bids will be opened on the same day at 11:30 hours in presence of bidders

or their representatives, who choose to be present.

7. All bids (financial) must be accompanied with a bid security which is 2% of the total bid value

in form of a Pay Order/ Bank Draft/Deposit at Call.

8. In an event where the last date for submission of bids be declared a public holiday the due date

for submission and opening of bids shall be the following working day at the same appointed

timings and venue.

9. Interested bidders may visit Government of the Punjab, Health Department websites http://

www.ppra.punjab.gov.pk and (www.phsrp.punjab.gov.pk) for more information.

For and on behalf of Medical Superintendent

Punjab Institute of Cardiology, Lahore, Pakistan

Telephone(s) : +92-42-99200031

Facsimile : +92-42-99203204

11

Bidders are advised to read the contents of the Instruction to Bidders (ITB) carefully

SECTION II

Instructions to Bidders

12

1. Scope of Bid

1.1 Punjab Institute of Cardiology, Lahore invites bids for supply of Drugs/Medicines

Items etc. to meet the requirement of Punjab Institute of Cardiology, Lahore specified in

the Schedule of Requirements along with Technical Specifications.

2. Source of Funds

2.1 The Government of Punjab.

3. Eligible Bidders.

3.1 This Invitation for Bids is open to all original manufacturers and in case of imported

goods their authorized agents / importers in Pakistan for supply of Goods more

specifically described in the Schedule of Requirement (Section-III.)

3.2 Government-owned enterprises in Pakistan may participate only if they are legally

and financially autonomous and authorized to participate in bidding.

3.3 The Agent/ Supplier/ Importer must possess valid authorization from the

Manufacturer and shall have to submit a copy of Memorandum of Association/

Partnership deed registered with the Registrar of Companies. However, in case of

Manufacturer, they should have a documentary proof as prescribed in the Bid Form

Section V to the effect that they are the original Manufacturer of the required

specifications of Goods.

3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued

by any Government (Federal, Provincial or Local) or a public sector organization are

NOT ELIGIBLE.

4. Corruption and Fraud.

4.1 The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering,

giving , receiving, or soliciting of anything of value to influence the action of a public official or

the supplier or contractor in the procurement process or in contract execution to the detriment of

the Procuring agencies; or misrepresentation of facts in order to influence a procurement

process or the execution of a contract , collusive practices among bidders (prior to or after bid

submission) designed to establish bid prices at artificial, non-competitive levels and to deprive

the Procuring agencies of the benefits of free and open competition and any request for, or

solicitation of anything of value by any public official in the course of the exercise of his duty”

4.2 Indulgence in corruption and fraudulent practices is liable to result in rejection of

Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or

indefinite period of time.

13

5. Eligible Goods and Services.

5.1 All goods and related services to be supplied under the contract shall conform to the

policies of the Government of Punjab in vogue. All expenditures made under the contract

shall be limited to such goods and services. For purposes of this clause, (a) the term

“Goods” Includes any goods that are the subject of this Invitation for Bids and (b) the

term “Services” includes related ancillary services such as transportation, insurance, after

sale service etc.

6. Cost of Bidding.

6.1 The Bidder shall bear all costs associated with the preparation and submission of its

bid, and the Procuring Agency shall in no case be responsible or liable for those costs,

regardless of the conduct or outcome of the bidding process.

7. Bidding for Selective Items.

7.1 A Bidder, if he so chooses, can bid for selective items from the list of goods provided

for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods

mentioned in the Schedule of Requirements. However, Bidders cannot bid for partial

quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE

WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF

REQUIREMENT.

The Bidding Procedure 8. The Governing Rules.

8.1 The Bidding procedure shall be governed by the Punjab Procurement Rules, 2009

(Amended) of the Government of Punjab.

9. Applicable Bidding Procedure.

9.1 The bidding procedure is governed by Rule 36 “Procedures of Open Competitive

Bidding” sub-rule (b) “Single stage – Two Envelop procedure”. Bidders are advised also

to refer to the Bid Data Sheet above to confirm the Bidding procedure applicable in

the present bidding process.

9.2 The bidding procedure prescribed in the Bid Data Sheet above is explained in the

table below.

Single Stage: Two Envelope Procedure

i) The bid shall comprise a single package containing two separate envelopes. Each

envelope shall contain separately Bidding Document for Procurement of Drugs & Medicines – Health

Department, Punjab Page 10 the financial proposal and the technical proposal;

ii) the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion;

iii) initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

iv) the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody

of Procuring Agency without being opened;

v) 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;

vi) during the technical evaluation no amendments in the technical proposal shall be

permitted;

vii) the financial proposals of bids shall be opened publicly at a time, date and venue to

be announced and communicated to the Bidders in advance;

viii)After the evaluation and approval of the technical proposal the Procuring Agency

shall at a time within the bid validity period, publicly open the financial proposals of the

technically accepted bids only. The financial proposal of bids found technically non-

responsive shall be returned unopened to the respective Bidders; and ix) The bid found to

be the lowest evaluated bid shall be accepted.

14

The Bidding Documents 10. Contents of the Bidding Documents

10.1 The goods required, applicable bidding procedures, and Contract terms are

prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding

Documents include:

(a) Instructions to Bidders (ITB)

(b) Schedule of Requirement.

(c) Technical Specifications.

(d) Evaluation Criteria.

(e) Bid Forms

i) Letter of Intention

ii) Affidavit

iii) Technical Forms

iv) Financial Forms

(f) General Conditions of the Contract Bidding Document for Procurement of Drugs & Medicines –

Health Department, Punjab Page 11 (g) Special Conditions of Contract,

(h) Draft Contract.

10.2 The “Invitation for Bids” is not a formal 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 in 10.1 above, the Bidding Documents shall take

precedence.

10.3 The Bidder is expected to examine all instructions, forms, terms, and specifications

in the Bidding Documents. Failure to furnish all information required by the Bidding

Documents or to submit a bid not substantially responsive to the Bidding Documents in

every respect shall be at the Bidder‟s risk and may result in the rejection of its bid.

11. Clarification(s) on Bidding Documents.

11.1 A prospective Bidder requiring any clarification(s) on the Bidding Documents may

notify the Procuring Agency1 in writing at the Procuring Agency‟s address indicated in

the Bid Data Sheet.

The Procuring Agency shall respond in writing to any request for clarification(s) 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.

12. Amendment(s) to the Bidding Documents.

12.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for

any reason, whether at its own initiative or in response to a clarification(s) requested by a

prospective Bidder, may modify the Bidding Documents by amendment(s).

12.2 All prospective Bidders that have received the Bidding Documents shall be notified

of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them.

12.3 In order to allow prospective Bidders reasonable time for taking the amendment(s)

into account in preparing their bids, the Procuring Agency, at its discretion, may extend

the deadline for the submission of bids. 1 In this case Health Department, Government of the Punjab is the Procuring Agency.

15

Preparation of Bids 13. Language of Bids.

13.1 All correspondences, communications, associated with preparation of Bids,

clarifications, amendments, submissions shall be written either in English or Urdu or both

languages. Supporting documents and printed literature furnished by the Bidder may be

in another language provided they are accompanied by an accurate translation of the

relevant passages in English or Urdu, in which case, for purposes of interpretation of the

Bid, the said translation shall take precedence.

14. Documents comprising the Bids.

14.1 The Bid shall comprise of the Bid Forms of this Bidding Document and all those

ancillary documentation that are prescribed for the eligibility of the bidders and goods

and ancillary services that are found necessary and highlighted in the Bid Forms in

Section V.

14.2 The Bidder shall complete the Bid Forms and an appropriate Price Schedule

furnished in the bidding documents, indicating the goods to be supplied, a brief

description of the goods, their general and specific characteristics, ancillary services that

the bidder is willing or required to provide along with the proposed price.

15. Bid Price.

15.1 The Bidder shall indicate on the appropriate form prescribed in this Bidding

Document the unit prices and total bid price of the goods, it proposes to supply under the

Contract.

15.2 Form prescribed for quoting of prices 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.

15.3 The Bidder should quote the prices of goods according to the technical

specifications as provided in Section III of this document. The technical specifications of

goods, different from the required specifications, shall straightway be rejected.

15.4 The Bidder is required to offer a 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.

15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed

on to the Procuring Agency.

15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule

of Requirement; partial quantity offers

16

shall straightaway be rejected. Conditional offer shall also be considered as non-

responsive Bid.

15.7 While making a price quote, 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.

16. Bid Currencies.

16.1 Prices shall be quoted in Pak Rupees.

17. Samples.

17.1 The Bidder shall provide samples of quoted goods alongwith the bid at his own cost

and in a quantity prescribed by the Procuring Agency in Section III. However, samples of

cold chain (perishable) goods will be called later at the time of technical evaluation of

bids.

18. Documentation on Eligibility of Bidders.

18.1 Bidder shall furnish, as part of its bid (Bid Form) as specified in Section V,

documents establishing the Bidder‟s eligibility to bid and its qualifications to perform the

Contract if its bid is accepted.

18.2 The documentary evidence of the Bidder‟s eligibility to bid shall establish to the

Procuring Agency‟s satisfaction that the Bidder, at the time of submission of its bid, is an

eligible as defined under ITB Clause 3 above.

19. Documentation on Eligibility of Goods.

19.1 The Bidder shall furnish, as part of its bid (Bid Form) as specified in Section V,

documents establishing the eligibility and conformity to the bidding documents of all

goods, which the Bidder proposes to supply under the Contract.

20. Bid Security.

20.1 The Bidder shall furnish, as part of its bid, a Bid Security in the amount specified in

the Bid Data Sheet. Unsuccessful bidder‟s bid security shall be discharged or returned

soon after announcement of the successful bids.

20.2 The successful Bidder‟s bid security shall be discharged upon signing of contract

and furnishing the performance security.

20.3 The bid Security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity; or

17

(b) in the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to

provide a performance security (if any).

21. Bid Validity.

21.1 Bids shall remain valid for the period identified in the Bid Data Sheet 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.

21.2 The Procuring Agency shall ordinarily be under an obligation to process and

evaluate the bid within the stipulated bid validity period. However under exceptional

circumstances and for 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.

21.3 Bidders who,-

(a) agree to the Procuring Agency‟s request for extension of bid validity period shall not

be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw

their bids without forfeiture of their bid securities.

22. Format and Signing of Bids.

22.1 The Bidder shall prepare and submit its bid and provide original documents, as

appropriate. Copies of any documents must be signed and stamped by the bidder.

22.2 The Bid shall be accompanied by the original receipt for payment made for the

purchase of the bidding document. In an event where the Bidder has downloaded the

bidding document from the web, he will require to get the original payment receipt of the

prescribed fee from the Procuring Agency well before the date of submission of bid.

22.3 The original 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 form.

22.4 Any interlineations, erasures, or overwriting shall be valid only if they are initialed

by the person or persons signing the bid.

18

Submission of Bids 23. Sealing and Marking of Bids.

23.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall

seal the proposals/ bids in separate envelopes. The envelopes shall then be sealed in an

outer envelope.

23.2 The inner and outer envelopes shall:

(a) be addressed to the Procuring Agency at the address given in the Invitation for Bids;

and

(b) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO NOT OPEN

BEFORE,” the time and the date specified in the Bid Data Sheet for opening of Bids.

23.3 The inner envelopes shall also indicate the name and address of the Bidder to enable

the bid to be returned unopened in case it is declared as “non-responsive” or “late”.

23.4 In case the Bidder is bidding for more than one item, they will have to prepare

separate price schedule for each item, seal them in separate envelops with naming of

items. Envelops of each individual items will further be sealed in one envelope marked as

”Financial Proposal”. This arrangement will enable the Procuring Agency to return bid

related to any item of any Bidder unopened in case the item is declared as ineligible or

non-responsive.

23.5 If the outer as well as inner envelope is not sealed and marked as required by 23.1 to

23.4 above the Procuring Agency shall assume no responsibility for the bid‟s

misplacement or premature opening.

24. Deadline for Submission of Bids

24.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the

address on the time and date specified in the Bid Data Sheet. Bids received later than

the time and date specified in the Bid Data Sheet will stand summarily rejected.

24.2 The Procuring Agency may, in its discretion, extend the prescribed deadline for the

submission of bids by amending the bidding documents in accordance with ITB Clause

12 above, 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.

19

25. Late Bids

25.1 Any bid received by the Procuring Agency after the deadline for submission of bids

prescribed by the Procuring Agency pursuant to ITB Clause 24 shall be rejected and

returned unopened to the Bidder.

26. Withdrawal of Bids

26.1 The Bidder may withdraw its bid after the bid‟s submission and prior to the deadline

prescribed for submission of bids.

26.2 No bid may be withdrawn in the period between deadline for submission of bids and

the expiration of the period of bid validity specified in Bid Data Sheet. Withdrawal of a

bid during this period may result in forfeiture of the Bid Security submitted by the

Bidder, pursuant to the ITB Clause 20 above.

Opening and Evaluation of Bids 27. Opening of Bids by the Procuring Agency.

27.1 All bids received, shall be opened by the Procuring Agency publically in the

presence of the Bidders or their representatives on the date, time and venue prescribed in

the Bid Data Sheet.

27.2 The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid

Data Sheet and elaborated in ITB Clause 9 above.

27.3 All Bidders in attendance shall sign an attendance sheet.

27.4 The Procuring Agency shall open one Bid at a time and read out aloud its contents

which may include name of the Bidder, items bided for and unit prices and total amount

of the Bid (if applicable). The Procuring Agency may choose to announce any other

details which it deems appropriate if not in conflict with the Punjab PPR-

2009, specifically Rule 28 (Opening of Bids)

27.5 The Procuring Agency shall have the minutes of the Bid opening (technical and

when applicable financial) recorded.

27.6 No bid shall be rejected at technical proposal/ bid opening, except for late bids,

which shall be returned unopened to the Bidder

27.7 The financial bids found having without Bid Security shall also be returned

unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the

Purchase/ Procurement Committee shall record a statement giving reasons for return of

such bid(s).

20

28. Clarification of Bids.

28.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the

Bidder for a clarification of its bid. The request for clarification and the response shall be

in writing, and no change in the prices or substance of the bid shall be sought, offered, or

permitted.

29. Preliminary Examination.

29.1 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.

29.2 In the financial bids the arithmetical errors shall be rectified on the following basis.

a) 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.

b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and

its Bid Security may be forfeited.

c) If there is a discrepancy between words and figures, the amount in words shall prevail.

29.3 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.

29.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial

responsiveness of each bid to the bidding documents. For purposes of this clause, 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 Laws, Taxes &

Duties and internationally recognized best practices shall be deemed to be a material

deviation for technical proposals and Bid Security for financial 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.

29.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency

and may not subsequently be made responsive by the Bidder by correction of the

nonconformity.

21

30. Evaluation of Bids.

30.1 The Procuring Agency shall evaluate and compare the bids, which have been

determined to be substantially responsive in accordance with ITB Clause 29 above.

30.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other

terms and conditions set forth in these bidding documents.

30.3 For the purposes of comparison of bids quoted in different currencies, the price shall

be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing

on the date of opening of bids specified in the bidding documents, as notified by the State

Bank of Pakistan/ National Bank of Pakistan on that day.

30.4 A bid once opened in accordance with the prescribed procedure shall be subject to

only those rules, regulations and policies that are in force at the time of issue of notice for

invitation of bids.

31. Qualification of Bidder

31.1 The Procuring Agency, at any stage of the procurement proceedings, having credible

reasons for or prima facie evidence of any defect in Bidder‟s capacities, may require the

Bidder to provide information concerning their professional, technical, financial, legal or

managerial competence whether already pre-qualified or not.

31.2 Such qualification shall only be laid down after recording reasons thereof in writing.

They shall form part of the records of that procurement proceeding.

31.3 The Procuring Agency shall determine to its satisfaction whether a Bidder,

technically and financially qualified and even having the lowest evaluated responsive bid

is qualified to perform the Contract satisfactorily.

31.4 The determination can take into account the Bidder‟s financial, technical, and

production capabilities. It shall be based upon an examination of the documentary

evidence of the Bidder‟s qualifications submitted by the Bidder, as well as such other

information as the Procuring Agency deems necessary and appropriate. Further, during

the process of technical evaluation of Bidder, the Procuring Agency may inspect the

manufacturing plant/ production capacity/ warehousing system/ practices by a team of

experts for assessment, if it deems necessary.

31.5 An affirmative determination shall be a prerequisite for award of the Contract to the

Bidder. A negative determination shall result in rejection of the Bidder‟s bid, in which

event the Procuring Agency

shall proceed to the next lowest evaluated bid to make a similar determination of that

Bidder‟s capabilities to perform satisfactorily.

31.6 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the

information submitted by him concerning his qualification as Bidder was false and

materially inaccurate or incomplete.

22

32. Rejection of Bids

32.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance

of a bid. The Procuring Agency shall upon request communicate to any Bidder who

submitted a bid, the grounds for its rejection of any or all bids, but is not required to

justify those grounds.

32.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause

32.1 towards Bidders who have submitted bids.

32.3 Notice of the rejection of any or all bids shall be given promptly to the concerned

Bidders that submitted bids.

33. Re-Bidding

33.1 If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may call

for a re-bidding. The Procuring Agency, if it deems necessary may prescribe another

method of procurement not inconsistent with the Punjab Procurement Rules-2009.

33.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for

rejection and may revise specifications, evaluation criteria or any other condition for

Bidders, as it may deem necessary.

34. Announcement of Evaluation Report

34.1 The Procuring Agency shall announce the results of the bid evaluation in form of a

report, not inconsistent with Rule 35 of the PPR-2009 giving justification for acceptance

or rejection of bids at least ten days prior to the award of procurement Contract.

35. Contacting the Procuring Agency.

35.1 Subject to ITB Clause 28 above, no Bidder shall contact the Procuring Agency on

any matter relating to its bid, from the time of the bid opening to the time of

announcement of Evaluation Repot. If a Bidder wishes to bring additional information to

the notice of the Procuring Agency, it should do so in writing.

35.2 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 bid evaluation is strictly

prohibited. Any infringement shall lead to disqualification.

23

Award of Contract 36. Acceptance of Bid and Award Criteria.

36.1 the Bidder whose bid is found to be most closely conforming to the Evaluation

Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict

with any other law, rules, regulations or policy of the Punjab Government, shall be

awarded the Contract, within the original or extended period of bid validity.

37. Procuring Agency’s Right to vary quantities at the time of Award.

37.1 The Procuring Agency reserves the right at the time of award of Contract to increase

or decrease, the quantity of goods originally specified in the Schedule of Requirements

without any change in unit price or other terms and conditions.

38. Notification of Award.

38.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall

notify to the successful Bidder in writing that its bid has been accepted.

38.2 The notification of award shall constitute the formation of the Contract between the

Procuring Agency and the successful Bidder.

38.3 The enforcement of the Contract shall be governed by Rule 44 of the PPR-2009.

39. Limitation on Negotiations.

39.1 Negotiations, that may be undertaken in finalization of the Contract shall not relate

to the price or substance of bid specified by the Bidder, but only to minor technical,

contractual or logistical details.

39.2 Negotiations may relate to the following areas; (the list is being provided as

guidance only and under no circumstances be treated as exhaustive and final):

minor alterations to technical details, such as the scope of work, the specification or

drawings;

minor amendments to the Special Conditions of Contract;

finalization of payment schedule and ancillary details;

mobilization arrangements;

agreements on 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.

24

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;

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

of the bids or proposals

40. Signing of Contract.

40.1 After the completion of the Contract Negotiations the Procuring Agency shall send

the Bidder the Contract Form provided in the bidding documents, incorporating all

agreements between the Parties.

40.2 Within ONE week of receipt of the Contract Form, the

successful Bidder and the Procuring Agency shall sign the Contract in accordance with

the legal requirements in vogue.

40.3 If the successful Bidder, after completion of all codal formalities shows an inability

to sign the Contract then its Bid Security shall stand forfeited and the firm may be

blacklisted an debarred from future participation, whether temporarily or permanently. In

such situation the Procuring Agency may award the contract to the next lowest evaluated

Bidder or call for new bids.

40.4 The Contract shall become effective upon affixation of signature of the Procuring

Agency and the selected Bidder on the Contract document, and shall be governed for

ONE year period and by the terms and conditions mutually agreed in the contract.

41. Performance Guarantee.

41.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance

Guarantee, on the Form and in the mannered prescribed by the Procuring Agency.

41.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be

returned to the Bidder upon submission of Performance Guarantee.

41.3 Failure to provide a Performance Guarantee by the Bidder is

a sufficient ground for annulment of the award and forfeiture of Bid

Security. In such event the Procuring Agency may award the

contract to the next lowest evaluated bidder or call for new bid.

25

SECTION III SCHEDULE OF REQUIREMENTS

& TECHNICAL SPECIFICATIONS

26

Schedule of Requirements: The supplies shall be delivered in accordance with the subsequent Purchase Orders to be

issued by the Health Department (provincial and concerned district) as per following

schedule of requirements:-

Provincial Health Department: Mode of Penalty 100% Quantity as per Purchase

Order Total delivery period

Without penalty 75 days2 75 days

With penalty @ 0.067 %

per day after 60 days of Purchase Order

30 days 105 days

District Health Department:

Mode of Penalty 100% Quantity as per Purchase Order Total delivery period

Without penalty 60 days3 60 days

With penalty @ 0.067 %

per day after 60 days of Purchase Order

30 days 90 days

District wise detail of quantities of drugs and medicines can be obtained from the office

of the Purchaser during office hours, however, Division wise detail is as under: 2. The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.

3. As at 2 above No. NAME OF THE MEDICINES Unit

APPROXIMATE

QUANTITY REQUIRED

PLACE OF

DELIVERY

Technical Specifications and Sample Size: Note: Samples of Cold Chain (perishable) items will be called later at the time of

technical evaluation of bids.

27

SECTION IV EVALUATION CRITERIA

28

Evaluation Criteria:

Sr.

NO

.

Parameters Detail Total

Marks Remarks

1 Past

Performance

(Last one

Year

purchase

order of each

quoted item

of each

institute /

Retail Chain

Major Institutions Served: 15 Institutions

include

government

departments and

private hospitals.

Chain store with

documentary

evidence (chain

stores are defined

having minimum

three stores)

i No any Institution Served 0

ii 1 1

iii 2 to 3 2

iv 4 to 5 4

v 6 to 7 6

vi 8 and above 7

vii

Retail chain store (2 per

chain)

8

2 Market

Experience

in quoted

items

5 Bidders having

less than 1 year

experiences are

ineligible.

Experience will

be confirmed

from the date of

Registration

i 1-3 years 2

ii 3-5 years 4

iii Above 5 years 5

3 Credibility &

Certification 10 GMP certificate

issued by the

concerned Drug

Regulatory

Authority is

required

i Valid GMP Certification 5

ii Valid ISO Certification 3

iii

Any other international

reputed certification 2

4 Financial

Status 15 Bank Statements

are not required.

Bidder can

provide more than

one Bank

certificate

i

Last year Audited Balance

Sheet 7

ii Tax Return (Last 3 years) 5

Iii Bank certificate 3

5 Technical

Staff 10 The bidder is

required to attach

the list of

technical staff on

stamp paper of

worth Rs.100/-

i Plant Manager

B.Pharm 2

PHD/m.Phil 3

ii

Production

Manager

B.Pharm 2

PHD/m.Phil 3

iii

Quality Control

Manager

B.Pharm/MSc

Chemistry 2

iv

Quality

Assurance

Manager

B.Pharm/MSc

Chemistry 2

______________________

The Bank will certify about the Bidder‟s financial worth, liquidity status, reputation and that they have never

defaulted in financial transactions and letter of credit (LCs).

29

Sr

NO. Parameters Detail

Total

Marks Remarks

6 Production

Capacity

Per day production capacity of quoted

items against the total advertised

quantity:

10

i Less than 1% 0

ii 1% 5

iii 1.1% - 1.5% 7

iv 1.6% - 2% 10

7 Product

Sample

Sample will be examined per following

parameters:

a. Labeling and Packing Rules 1986

b. Outer Packing

c. Inner Packing

d. Physical Appearance

10 Product that 100%

Comply with the

advertised

specifications will be

considered for

evaluation

i Excellent 10

ii Good 7

iii Satisfactory 5

iv Unsatisfactory 0

Total Marks: 75

Qualifying marks 65%.

The financial bids of technically accepted bidders will be opened publicity at a time to be announced by the

procuring Agency and the financial bids found technically non-responsive shall be returned un-opened to

the respective bidders.

Disqualification of Technical Bids:

Scoring less than qualifying marks.

Firms failed to submit samples alongwith bid.

Provided samples rejected by technical evaluation committee.

Firms having experience less than one year.

Quoted products must be available in two retail chain pharmacy.

NOTE:

Bids not conform to above mention any one clause considered ineligible.

30

SECTION V BID FORM

31

BID COVER SHEET Bid Ref. No. ------------------------ Date----------------------------

Name of the Supplier/Firm Contractor: ------------------------------------------------------------

-----

------------------------------------------------------------------------------------------------------------

---------

Address:-------------------------------------------------------------------------------------------------

--------

------------------------------------------------------------------------------------------------------------

---------

E-mail:__________________________

Phone: __________________________

Facsimile: ________________________

Bid Security.

Bid Security attached with Financial Bid YES NO

Bid for:

: All Items mentioned in the Schedule of Requirements.

: Selected Items from the Schedule of Requirements5.

List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type

the Serial No6. and the name of the Items selected for Bidding. Use additional Sheets if

Required)

S. No. Name of the Item

Signed:

Dated:

Official Stamp:

Attachment7: Original receipt for the purchase of the bidding documents. 5 In case a bidder is bidding for only some of the items mentioned in the list Technical Specifications , he is advised to

take note of ITB Clauses 7 & 15.6

6 The Serial No. of the item as mentioned in the Technical Specifications.

7 The Attachment must be made with the Bid Cover Sheet.

32

BID FORM 1

Letter of Intention Bid Ref No.

Date of the Opening of Bids

Name of the Contract :{ Add name e.g Supply of Dugs and Medicines etc}

To: [Name and address of Procuring Agency]

Dear Sir/Madam,

Having examined the bidding documents, including Addenda Nos. [insert numbers&

Date of individual Addendum], the receipt of which is hereby acknowledged, we, the

undersigned, offer to supply and deliver the Goods under the above-named Contract in

full conformity with the said bidding documents and at the rates/unit prices described in

the price schedule or such other sums as may be determined in accordance with the terms

and conditions of the Contract. The above amounts are in accordance with the Price

Schedules attached herewith and are 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 undertake to provide a performance security/guaranty in the

form, in the amounts, and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet

and it shall remain binding upon us and may be accepted by you at any time before the

expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together

with your written acceptance of the bid and your notification of award, shall constitute a

binding Contract between us.

We understand that you are not bound to accept the lowest or any bid you may receive.

We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in

Pakistan.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19

of the bidding documents.

Dated this [insert: number] day of [insert: month], [insert: year].

Signed:

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder] Bidding Document for Procurement of Drugs & Medicines – Health Department, Punjab Page 33

33

BID FORM 2 AFFIDAVIT

I/We, the undersigned solemnly state that:

1) We have read the contents of the Bidding Document and have fully understood it.

2) The Bid being submitted by the undersigned complies with the requirements

enunciated in the bidding documents.

3) The Goods that we propose to supply under this contract are eligible goods within the

meaning of Clause 18 of the ITB.

4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB.

5) The undersigned are solvent and competent to undertake the subject contract under the

Laws of Pakistan.

6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities

to any official or agent related to this bid or award or contract.

7) The undersigned are not blacklisted or facing debarment from any Government, or its

organization or project.

8) It is certified that the company is complying with GMP standard and has not changed

any ingredient or any source of any active or inactive ingredient since bioavailability /

bioequivalence study conducted by the lab.

9) It is also certified that drugs / medicines offered by the firm will be easily available in

the market / cold chain source.

10) It is certified that the prices offered to PIC are not more than the prices charged from

any other Govt. / Semi Govt. / Autonomous institutions. In case of over pricing, the firm

will be responsible to refund the over charged amount.

We affirm that the contents of this affidavit are correct to the best of our knowledge and

belief. In case of any discrepancy, the firm will be fully responsible and the institution

has right to take any legal action against the firm under the PPRA Rules, 2009

Signed--------------------------------

34

BID FORM 3(A) Name of the Firm

Bid Reference No:

Date of opening of Bid.

Documentary Evidence: Eligibility of the Bidders and Goods

Required Documentation

(To Be Filled by the Procuring

Agency)

Checklist8

(To be initialed by the Bidder against each document)

Relevant Page Number9 in the Bid (To be filled by the Bidder)

Supporting Documents10

(To be filled by the Bidder with name of the documents that are submitted to meet the requirement)

Column:1 Column:2 Column:3 Column:4 Valid Manufacturing License

Valid Registration(s) of quoted items

Valid Drugs Sale License11

Valid Import License (where applicable)

Letter of Manufacturer's

authorization

Partnership Deed (where applicable)

NTN Certificate

GST Certificate

Letter of Intention

Affidavit One year experience evidence

Child Labor Free Certificate12

Original Receipt of purchase of Bidding Documents 8 Bidders should only initial against those requirements that they are attaching with the form 3(a). In case

they do not

have any document to attach the corresponding cell in column 2 should be left blank.

9 Bidders are required to mention the exact page number of relevant document placed in the Bid.

10Bidders are advised to attach all Supporting documents with this form in the order of the requirement as

mentioned

in column 1.

11 In case of Sole Agent

12 Bidders are required to furnish a certificate to the effect that their firm is free from child labor and having

standard

child labor free policy

35

BID FORM 3(B)

MANUFACTURER’S AUTHORISATION13

To: [Name &Address of the Procuring Agency]

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/ Agent] to submit a bid, and

subsequently negotiate and sign the Contract with you against the Invitation for Bids

(IFB) 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:--------------------------------------.

Designation:--------------------------------------

Official Stamp:----------------------------------- 13 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.

36

BID FORM 4 Firm’s Past Performance14.

Name of the Firm:

Bid Reference No:

Date of opening of Bid: 03 March 2012

Assessment Period: (One Year as per Evaluation Criteria)

Name of the Purchaser/Institution

Purchase Order No.

Description Of Order

Value of Order

Date of Completion

Purchaser‟s15 Certificate 14 Bidders may use additional Sheets if required.

15 All certificates are to be attached with this form.

37

BID FORM 5(A)

Price Schedule User Note: This form is to be filled by the Bidder for each individual item and shall

submit with Financial Proposal.

Name of the Firm:

Bid.Ref.No:

Date of opening of Bid.

S. No.

Name of the Item

Unit Price (inclusive all applicable taxes)

No. of Units

Total Price

Discounts (if any)

Final Total Price (Inclusive of all taxes)

1 2 3 4 5 6 7

3*4 5-6

TOTAL

A) FINAL TOTAL PRICE: --------------------------------------------------

B) DISCOUNT16:--------------------------------------------------

C) FINAL QOUTED PRICE: --------------------------------------------------

(C=A-B)

Signature: -------------------------------------------------

Designation: ------------------------------------------------

Date: ------------------------------------------------

Official Stamp: ------------------------------------------ 16 If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price

that should be mentioned here.

38

BID FORM 5(B)

Price Schedule (Price Analysis)

(User Notes):

1. This form is to be filled by the Bidder for each individual item and shall submit with

Financial Proposal.

Name of the Firm:

Bid Reference No:

Date of opening of Bid.

Sl. No.

Name of the Item

Unit Price Total Price/Unit

No. of Units

Total Price

Ex-factory,

Ex Ware House, Ex-Showroom ,Off the Shelf Sales and Income Tax Other Levies and

Duties (if any) Packaging Transportation Costs incidental to delivery Other Incidental

Costs as defined in the Schedule of Requirement a b c D e f g h i

g=a+b+c+d+e+f i = g*h

Signature:-------------------------------------------------

Designation:------------------------------------------------

Date:------------------------------------------------

Official Stamp:---------------------------------------------

39

BID FORM 6 Performance Guarantee

To: [Name & Address of the Procuring Agency]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in

pursuance of Contract No. [number] dated [date] to supply [description of goods]

(hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall

furnish you with a Bank Guarantee by a scheduled bank for the sum of 5% of the total

Contract amount as a Security for compliance with the Supplier‟s performance

obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of

the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we

undertake to pay you, upon your first written demand declaring the Supplier to be in

default under the Contract and without cavil or argument, any sum or sums within the

limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show

grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 200

Signature and Seal of the Guarantors/ Bank

Address

Date

40

SECTION VI DRAFT STANDARD

CONTRACT

41

Special Conditions of the Contract

AGREEMENT THIS CONTRACT is made at on day of 2011,

between The Government of Punjab, Health Department, (hereinafter referred to as the

“Purchaser”) of the First Part; and M/s (firm name) a firm registered under the laws of

Pakistan and having its registered office at (address of the firm) (hereinafter called the

“Supplier”) of the Second Part (hereinafter referred to individually as “Party” and

collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof

M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item

name) in Pakistan and ancillary services offered to supply the required item (s); and

Whereas, the Purchaser has accepted the bid by the Supplier;

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE

FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and

construed as integral part of this Contract , viz:-

a. the Schedule of Requirements. Annex- A

b. the Technical Specifications. Annex- B

c. the Price Schedule submitted by the Bidder. Annex- C

d. the Purchaser‟s Notification of Award. Annex- D

e. the Purchase Order Annex-E

f. the General Conditions of Contract

2. Interpretation: In this Contract words and expressions shall have the same meanings

as are respectively assigned to them in the General Conditions of this Contract hereinafter

referred to as “Contract”:

3. The Term of the Contract: This contract shall remain valid for one year from the date

of signing, unless amended by mutual consent.

4. The Supplier declares as under:

i. [Name of the Supplier] hereby declares that it has not obtained or induced the

procurement of any Contract, right, interest, privilege or other obligation or benefit 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.

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and

warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to

anyone and not given or agreed to give and shall not give or agree to give to anyone

within or outside Pakistan either directly or indirectly through any natural or juridical

person, including its affiliate, agent, associate, broker, consultant, director, promoter,

shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder‟s fee or

kickback, whether described as consultation fee or otherwise, with the object of obtaining

or including the procurement of a Contract, right interest, privilege or other obligation or

benefit in whatsoever form from Government of Punjab, except that which has been

expressly declared pursuant hereto.

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

and arrangements with all persons in respect of or related to the transaction with

Government of Punjab and has not taken any action or shall not take any action to

circumvent the above declaration, representation or warranty.

iv. [The Supplier] accepts full responsibility and strict liability for making any false

declaration, not making full disclosure, misrepresenting facts or taking any action likely

to defeat the purpose of this declaration, representation and warranty.

42

It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained

or procured as aforesaid shall, without prejudice to any other right and remedies available

to Procuring Agency under any law, Contract or other instrument, be void able at the

option of Procuring Agency.

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this

regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage

incurred by it on account of its corrupt business practices and further pay compensation

to Procuring Agency in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder‟s fee or kickback given by [The Supplier] as aforesaid for the

purpose of obtaining or inducing the procurement of any Contract, right, interest,

privilege or other obligation or benefit in whatsoever form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract

shall be settled through arbitration. 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.

5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the

Purchaser the items on the agreed cost more specifically described in the Price Schedule

Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex

A) and to the Technical Specification (Annex B) prescribed by the Purchaser against each

item

(iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation

and costs associated with transportation and other agreed incidental costs.

6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the

provision of the Goods and Services, as specified in the Schedule of Requirements and

Technical Specification in accordance with the Price Schedule submitted by the Supplier,

the amount against the delivered items or such other sum as may become payable under

the provisions of this Contract at the time and in the manner prescribed by this Contract.

7. Mode of Payment: All payments to the Supplier shall be made through Crossed

Cheques issued in the name of [supplier‟s name]

8. Payment Schedule: All payments to the Supplier shall be made in accordance with the

agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and

fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at

Annex F.

9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract,

shall provide to the Purchaser a Performance Guarantee equivalent to 05% of the total

Contract amount on the prescribed format and in prescribed manner. This Performance

Guarantee shall be released to the Supplier upon successful completion of the Contract.

ii) Supplier‟s Bid Security already submitted with the Bid shall only be released upon

satisfactory submission of a Performance Guarantee in accordance with sub-clause (i)

above.

iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security

and Cancellation of Contract.

10.Penalties/ Liquidated Damages.

i) Wherein the Supplier fails to make deliveries as per purchase order and within the

stipulated time frame specified in the Schedule of Requirement, the Contract to the extent

of non-delivered portion of supplies shall stand cancelled. ii) After the cancellation of the

Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security

to the extent of non–delivered portion of supplies shall be forfeited.

43

iii) If the Supplier fails to supply the whole consignment and not able to deliver to any

district, the entire amount of Performance Guaranty/ Security shall be forfeited to the

Government account and the firm shall be blacklisted minimum for two years for future

participation.

iv) The exact time frame for making supplies with and without penalty shall be indicated

in subsequent purchase orders.

v) In case of late delivery of goods beyond the periods specified in the Schedule of

Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of

late delivered supply shall be imposed upon the Supplier.

11.Notices: All notices and correspondences incidental to this contract shall be in English

language and shall be addressed to:

44

For the Purchaser:

[insert: name of office ]

[insert: name of officer ]

[insert: postal address ]

[insert: telephone number, indicate country and city code ]

[insert: facsimile or cable number or e-mail address ]

For the Supplier:

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed

at_____________(the place) and shall enter into force on the day, month and year first

above mentioned.

Signed/ Sealed: For the Purchaser.

Signature: ____________________________

Name: ____________________________

Designation: ____________________________

Signed/ Sealed: For the Manufacturer/

Authorized Supplier/ Authorized Agent.

Signature: ___________________________________

Name: ___________________________________

Designation: ___________________________________

Annex. A

Schedule of Requirements

The supplies shall be delivered in accordance with the subsequent Purchase Orders to be

issued by the Health Department (provincial and concerned district) as per following

schedule of requirements:-

Provincial Health Department:

Mode of Penalty 100% Quantity as per Purchase Order

Total delivery period

Without penalty 75 days17 75 days

With penalty @ 0.067 %

per day after 60 days of Purchase Order 30 days 105 days

District Health Department:

Mode of Penalty 100% Quantity as per Purchase Order

Total delivery period

Without penalty 60 days18 60 days

With penalty @ 0.067 %

per day after 60 days of Purchase Order 30 days 90 days

District wise detail of quantities of drugs and medicines can be obtained from the office

of the Purchaser during office hours, however, Division wise detail is given at Section III. 17. The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.

18. As at 2 above

45

Annex. B

Technical Specifications and Ancillary Services

a). Product Specifications. (Detailed technical specifications, given in Section III, will be followed)

b). Labeling and Packing

i. The manufacturer shall follow the Drugs (Labelling and Packing) Rules 1986, framed

under the Drugs Act, 1976.

ii. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should

be printed/ written in indelible ink both in English and Urdu on the outer cartons and on

each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of

business of the Manufacturer, the drug manufacturing license No., manufacturing date,

expiry date, registration No., batch No., retail price, and Urdu version namely: name of

drug, dosage and instructions, should also be written on the outer carton and on the most

inner container in bold letters. All tablets shall be supplied in aluminium strip / blister

pack. Expiry date must be printed on each aluminium strip / blister. The syrup should be

supplied in glass / pet bottle with sealed caps.

c) Additional instructions for packing

i. The suppliers are required to furnish the Warranty certificate with regard to the potency

and stability (Including colouration of medicines) of the Drug for human consumption

etc. in accordance with the Drug Act, 1976 on judicial paper.

ii. The bidder shall supply the drugs/medicines in special green packing with Logo of the

Government of Punjab. The following wording/insignia shall be printed in bold letters

both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip /

blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer

the mentioned condition may be relaxed by the Procuring Agency.

“NOT FOR SALE” “PUNJAB GOVERNMENT/ DISTRICT GOVERNMENT

PROPERTY”

iii. After signing of the Contract, the Supplier shall submit the samples of finished

medicines in accordance with the above instructions for approval of the Health

Department. The approved samples will be shared with the districts and all subsequent

supplies must be in accordance with the approved samples.

d). Shelf life

i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the

imported drugs.

46

ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1%

penalty charges of actual shortfall in shelf life below prescribed limit for locally

manufactured and imported medicines respectively.

iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to

70% will be accepted without penalty charges and up to 60% with imposition of 1%

penalty charges of actual shortfall in shelf life below prescribed limit”

e). Testing/Verification Procedures

i. After delivery of drugs and medicines at the Purchaser‟s premises, the Purchaser shall

send the samples from each batch to the Drugs Testing Laboratory, Punjab for testing.

The Inspection Committee constituted by the Purchaser shall inspect the quantity,

specifications of goods after receipt of standard quality report from DTL concerned. The

cost of the lab tests shall be borne by the Supplier.

ii. In case of substandard report of any batch, the Supplier has the right to go for appellate

laboratory. If it is again declared substandard, the Supplier will be intimated and they will

be bound to re-supply the entire fresh stock of that batch free of cost within the

reasonable time period to be intimated by the purchaser but not later than 21 days (three

weeks) from the date of intimation, which will be subject to completion of all testing and

verification formalities. At the parallel, the case will also be forwarded to the Drugs

Regulatory Authority for legal action as per Drugs Act 1976 and disposal of substandard

stocks.

iii. The Inspection Committee will carry out detailed physical examination of stocks and

can reject, even if it is declared of standard quality by DTL, if found not according to the

approved sample and other technical specifications like packaging, labeling, printing and

quantity etc. Moreover, the Supplier will also be responsible to replace the unconsumed

expired stores without any further charges.

f). Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the drugs and medicines as is required

to prevent their damage or deterioration during transit to their final destination and in

accordance with the terms and manner prescribed in the Schedule of Requirement

ii. All costs associated with the transportation including loading/unloading of drugs and

medicines and road taxes shall be borne by the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner,

prescribed for such types of items.

47

Annex. C

Price Schedule submitted by the Bidder.

(The approved price schedule submitted by the Bidder will be attached)

Annex. D

Purchaser’s Notification of Award

(Copy of the final letter will be attached)

Annex. E

Purchase Order.

(Specimen Sample of PO) PUNJAB INSTITUTE OF CARDIOLOGY

DISTRICT ……………….

1 Purchase Order No

Date

2 Supplier/Firm Name

3 Supplier/Firm’s Address

4 Firm Contact No

5 Conditions of the Contract: As already communicated in the Bidding Document & Contract

6 Particulars of Stores: As per detail given below Item No.

Item Name

Approved Specifications

Unit Price

in PKR

(As per contract)

Quantity Total Cost (PKR)

Additional instructions (if any): 1.

2. 3.

Medical Superintendent

Annex F

Payment Schedule

(Payment to the Suppliers will be made against satisfactory performance and upon

submission of required documents and in accordance with the procedure mentioned in

the PPR-2009. However, if there is any alternate payment schedule, agreed by the

Procuring Agency and Supplier, will be annexed here)

48

General Conditions of Contract (GCC) 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Purchaser (provincial

and district Health department) and the Supplier, as recorded in the Agreement signed by

the Parties, including all attachments and appendices thereto and all documents

incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for

the full and proper performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier is required to supply to the

Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of above goods, such as

printing of special instructions on the label and packing, design and logo of the

government of Punjab, transportation of goods upto the desired destinations and other

such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this section.

(f) “SCC” means Special Conditions of the Contract.

(g) “The Purchaser” means the Punjab Institute of Cardiology, Lahore.

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

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not

superseded by provisions of other parts of the Contract.

3. Source of

Import

3.1 All goods and related services to be supplied under the contract that are required to be

imported in Pakistan shall have their origin in eligible source countries as prescribed by

the commercial policies of the Federal Government of Pakistan and all expenditures

made under the contract shall be limited to such goods and services.

3.2 For purposes of this clause, “origin” means the place where the goods are produced,

or the place from which the related services are supplied. Goods are produced when,

through manufacturing or processing.

4. Standards 4.1

4.2

4.3

4.4

49

The goods supplied under this Contract shall conform to the standards mentioned in the

Technical Specifications.

In consideration of the payments to be made by the Purchaser to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the

Goods and Services and to remedy defects therein in conformity in all respects with the

provisions of this Contract.

If the Supplier provide substandard item and fail to provide the fresh supply, the payment

of risk purchase (which will be purchased by the Health Department) the price difference

shall be paid by the Supplier.

In case of supply of substandard product the cost associated with disposal/destruction or

associated handling shall be borne by the Supplier i.e removal from purchaser‟s premises,

burning, dumping, or incretion.

5. Use of Contract Documents and Information.

5.1

5.2

The Supplier shall not, without the Purchaser‟s prior written consent, disclose the

Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or

information furnished by or on behalf of the Purchaser in connection therewith, to any

person other than a person employed by the Supplier in the performance of the Contract.

Disclosure to any such employed person shall be made in confidence and shall extend

only so far as may be necessary for purposes of such performance.

The Supplier shall not, without the Purchaser‟s prior written consent, make use of any

document or information

5.3

5.4

enumerated in GCC Clause 5.1 except for purposes of performing the Contract.

Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain

the property of the Purchaser and shall be returned (all copies) to the Purchaser on

completion of the Supplier‟s performance under the Contract if so required by the

Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier‟s accounts and records

relating to the performance of the Supplier.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party

claims of infringement of patent, trademark, or industrial design rights arising from use

of the Goods or any part thereof in the country.

7. Submission of Samples

7.1 Before commencing supplies, the Supplier shall provide samples free of cost, if and

as specified in the Schedule of Requirements of the product to the designated office or

staff, as the case may be.

50

8. Ensuring storage arrangements

8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform

the Purchaser at least 0ne (01) week in advance. However, in case no space is available at

the Purchaser‟s premises at the time of supply, the Purchaser shall , at least 02 days prior

to such situation, shall inform the Supplier, in writing, of the possible time frame of

availability of space by which the supplies can be made. In case the Supplier abides by

the given time frame it shall not be penalized for delay.

9. Inspections and Tests

9.1 The Purchaser or its representative shall have the right to inspect and/or to test the

goods in accordance with the procedure given in the SCC to confirm their conformity to

the Contract specifications at no extra cost to the Purchaser.

9.2 All costs associated with testing shall be borne by the Supplier.

9.3

9.6

The Purchaser‟s right to inspect, test and, where necessary, reject the goods after the

goods either at Supplier‟s premises or upon arrival at Purchaser‟s destinations shall in no

way be limited or waived by reason of the goods having previously been inspected,

tested, and passed by the Purchaser or its representative prior to the goods delivery from

the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or

other obligations under this Contract.

10. Delivery and Documents

10.1

10.2

10.3

The Supplier in accordance with the terms and manner specified in the Schedule of

Requirements shall make delivery of the goods. The Supplier shall furnish all necessary

documentation necessary for completion of the delivery, at the time of delivery and in the

manner prescribed.

The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which

risk is transferred to the buyer after the Goods having been delivered;

11. Insurance 11.1 The supplier shall be solely responsible for Insurance of the Goods

subject to the contract.

12.Transportation

2.1

12.2

The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their final destination and in accordance with the

terms and manner prescribed in the Schedule of Requirement. All costs associated with

the transportation of the goods subject to this contract shall be borne by the Supplier.

13. Incidental Services

13.1 The Supplier shall be required to provide the incidental services as specified in the

SCC and the cost of which is included in the total bid price.

51

14. Warranty

14.1

14.2

All goods subject to this contract shall be accompanied by the necessary warranty in the

manner prescribed in the SCC. The Purchaser shall promptly notify the Supplier in

writing of any claims arising under this warranty.

15. Payment

15.1

15.2

The purchaser shall make payments to the Supplier in accordance with the conditions set

forth in the Payment Schedule agreed and annexed to this contract. The currency of

payment shall be Pakistan Rupee.

16. Prices

16.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary

from the prices quoted by the Supplier in its bid and shall remain the same till the expiry

of the contract unless the Parties to this contract mutually agree to vary the prices.

17. Contract Amendments

17.1 No variation in or modification of the terms of the Contract shall be made except by

written amendment signed by the Parties.

18. Assignment

18.1 The Supplier shall not assign, in whole or in part, its obligations to perform under

this Contract, except with the Purchaser‟s prior written consent.

19. Subcontracts

19.1 The Supplier shall not be allowed to sublet and award subcontracts under this

Contract.

20.Delays in the Supplier’s Performance

20.1

20.2

20.3

Delivery of the goods shall be made by the Supplier in accordance with the time schedule

prescribed by the Purchaser in the Schedule of Requirements.

If at any time during performance of the Contract, the Supplier encounters conditions

impeding timely delivery of the goods, the Supplier shall promptly notify the Purchaser

in writing of the fact of the delay, its likely duration and its cause(s). As soon as

practicable after receipt of the Supplier‟s notice, the Purchaser shall evaluate the situation

and may at its discretion extend the Supplier‟s time for performance, with or without

liquidated damages, in which case the extension shall be ratified by the Parties by an

amendment to the Contract.

Except as provided under GCC Clause 20, a delay by the Supplier in the performance of

its delivery obligations shall render the Supplier liable to the imposition of liquidated

damages as prescribed in the SCC, unless the parties to this contract mutually agree for

extension of time.

52

21.Termination for Default

21.1 The Purchaser, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to the Supplier, may terminate this Contract in whole or in

part:

(a) if the Supplier fails to deliver any or all installments of the goods within the period(s)

specified in the Contract and subsequent purchase order, or within any extension thereof

granted by the Purchaser pursuant to GCC Clause 20; or

(b) if the Supplier fails to perform any other obligation(s) under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent practices means: the offering, giving, receiving, or soliciting of any thing of value to influence the action of a

public official or the supplier or contractor in the procurement process or in contract execution

to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a

procurement process or the execution of a contract, collusive practices among bidders (prior to

or after bid submission) designed to establish bid prices at artificial, non-competitive levels and

to deprive the Procuring agencies of the benefits of free and open competition and any request

for, or solicitation of anything of value by any public official in the course of the exercise of his

duty”

22.Force Majeure 22.1 Notwithstanding the provisions of GCC Clauses 20 and 21, the

Supplier shall not be liable for forfeiture of its Performance Guaranty, or termination/

blacklisting for default if and to the extent that it‟s delay in performance or other failure

to perform its obligations under the Contract is the result of an event of Force Majeure.

For the purposes of this clause Force Majeure means an act of God or an event beyond

the control of the Supplier and not involving the Supplier‟s fault or negligence directly or

indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle

the situation. Such events may include but are not restricted to acts of the Purchaser in its

sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics,

quarantine

22.2

22.3

restrictions and freight embargoes.

If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in

writing with sufficient and valid evidence of such condition and the cause thereof.

The Purchaser shall examine the merits of the case and all reasonable alternative means

for completion of purchase order under the Contract and inform the Supplier of its

findings promptly.

Unless Purchaser informs the Supplier in writing of its agreement on the application of

force majeure, the Supplier shall continue to perform its obligations under the Contract as

far as is reasonably practical and shall seek reasonable alternative means for performance

not prevented by the Force Majeure event.

23. Termination for Insolvency

23.1 The Purchaser may at any time terminate the Contract by giving written notice of

one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent.

In this event, termination shall be without compensation to the Supplier, provided that

such termination shall not prejudice or affect any right of action or remedy which has

accrued or shall accrue thereafter to the Parties.

53

24. Arbitration and Resolution of Disputes

24.1

24.2

24.3

The Purchaser and the Supplier shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in

connection with the Contract.

If, after thirty (30) days from the commencement of such informal negotiations, the

Purchaser and the Supplier have been unable to resolve amicably a Contract dispute,

either party may require that the dispute be referred to the Arbitrator for resolution

through arbitration.

In case of any dispute concerning the interpretation and/or application of this Contract

shall be settled through arbitration under the Arbitration Act of 1940 (As amended from

time to time).

25. Governing Language

25.1 The Contract shall be written in English language. Subject to GCC Clause 26, the

version of the Contract written in the specified language shall govern its interpretation.

All correspondence and other documents pertaining to the Contract, which are exchanged

by the Parties, shall be written in English.

54

PUC: TENDER PURCHASE OF MEDICINE IN BULK.

An advertisement for Annual Tender of Medicine in Bulk for the year 2012-2013 was prepared

by Purchase Section, which appeared in the newspapers daily “THE TIMES” on 25/05/2012 and

daily “Nawa e Waqt” on 26/05/2012.

Following firms purchased the tenders to participate from which circled / signed firms deposited

their tenders:

S. # FIRM NAME RECEIPT

DATED.

01 M/s. Munawar Pharma 11940 04/06/2013

02 M/s.Pharm Evo Pvt. Ltd. 11970 06/06/2013

03 M/s. Helix Pharma 12041 10/06/2013

04 M/s. Sonafi Aventis Pharma 11967 06/06//2013

05 M/s. Brookes Pharmaceuticals Lab. 11968 06/06/2013

06 M/s. Bosch Pharmaceuticals Pvt. Ltd. 11969 06/06/2013

07 M/s.Mezan International 12046 10/06/2013

08 M/s. 3 H Hoffman Human 1197 06/06/2013

09 M/s. Well & Well Pharma 12053 11/06/2013

10 M/s. CCL Pharmaceutical 12063 11/06/2013

11 M/s. Ali Gohar & Co. Pvt. Ltd. 11975 06/06/2013

12 M/s. Hospital Corporation 12027 08/06/2013

13 M/s. Apsta International 12096 12/06/2013

14 M/s. Siza International 10843 05/06/2012

15 M/s. Tread Pharmaceuticals Pakistan Pvt. Ltd. 12123 14/06/2013

16 M/s. Medi Pharm Pvt. Ltd. 11943 05/06/2013

17 M/s. Medi Mark Pharmacuticals 12074 11/06/2013

18 M/s. Glaxo SmithKline Pakistan 12106 13/06/2013

19 M/s. Valor Pharmaceuticals 12054 11/06/2013

20 M/s. Shaigan Pharmaceuticals 10961 12/06/2012

21 M/s. English Pharmaceuticals 10960 12/06/2012

22 M/s. Harmann Pharmacrutical Lab 12079 11/06/2013

23 M/s. Barrett Hodgson Pak. 12086 12/06/2013

24 M/s. Pharma Wise Labs 11974 06/06/2013

25 M/s. Bensons Pharmaceuticals 11934 05/06/2013

26 M/s. Cheisi 12085 12/06/2013

27 M/s. Abbott Laboratories Pakistan Ltd. 10587 29/02/2012

28 M/s. Medi Pak Ltd. 11944 05/06/2013

29 M/s. A. J. & Company 112008 08/06/2013

30 M/s. Pulse Pharmacutical 12114 14/06/2013

31 M/s. ICI Pakistan ` 10955 13/06/2012

32 M/s. Razee Theraputics Pvt. Ltd. 11003 13/06/2012

33 M/s. Bio Care Pharmacuticals 12017 08/06/2013

34 M/s. Haji Medicine Co. 11972 06/06/2013

35 M/s. Pacific Pharmaceuticals 111015 14/06/2012

36 M/s. ATCO Laboratories 11982 06/06/2013

37 M/s. S. Ejaz ul Din & Co. 12036 10/06/2013

38 M/s. Farhat Ali Pharma 12019 08/06/2013

39 M/s. Allied Distributors 11063 16/06/2012

40 M/s. Ontech Corporation 11065 16/06/2012

41 M/s. Saffron Pharmaceuticals 11064 16/06/2012

42 M/s. Bio Pharma 12106 13/06/2013

43 M/s. Zafa Pharmaceuticals 10891 09/06/2012

44 M/s. Global Pharmacuticals 12106 12/06/2013

45 M/s. Hakim Sons (Impex) Pvt. Ltd. 11077 16/06/2012

46 M/s. Zafa Pharmaceuticals 10899 09/06/2012

47 Medera Pharmaceuticals 10620 02/03/2012

48 M/s. Graton Pharma 10621 02/03/2012

49 M/s. 10562 27/02/2012

50 M/s. High Noon Laboratories Ltd. 10627 03/03/2012

51 M/s. ZAM ZAM Corporation 10629 03/03/2012

52 M/s. Primer Agencies 11091 18/06/2012

53 M/s. Pak Punjab Cardex Medical Store 12113 13/06/2013

54 M/s. Surge Laboratories 11039 15/06/2012

55 M/s. Tagma Pharma 11095 19/06/2012

56 M/s. Medinet 11097 19/06/2012

57 M/s. Humanyon Dental Supplies 11056 16/06/2012

58 M/s. Angel Enterprises 11100 19/06/2012

59 M/s. B. Braun 12075 11/06/2013

60 M/s E.N Crystal Enterprises 11107 19/06/2012

61 M/s. High Noon 11067 16/06/2012

62 M/s. Getz Pharma 11983 06/06/2013

63 M/s. Pfizer Pakistan 11068 16/06/2012

64 M/s. Stand Pharm 11111 20/06/2012

65 M/s. Reckit & Benckiser 11112 20/06/2012

66 M/s. Mapple Pharmaceuticals 11110 20/06/2012

67 M/s. 11113 20/06/2012

68 M/s. Gene Tech Laboratories 12087 12/06/2013

69 M/s. Medera Pharmaceuticals 11116 20/06/2012

70 M/s. Obsons Pharmaceuticals 11118 20/06/2012

71 M/s. Muller & Phipps 11119 20/06/2012

Submitted for open and signature please.

I.P.C

DMS (P)

TENDER PURCHASE COMMITTEE:

REPRESENTATIVE OF HEALTH DEPT. DEPUTY DRUG CONTROLLER.

DIRECTOR FINANC ADDL. MEDICAL SUPERINTENDENT(P)

MEDICAL SUPERINTNDENT

TENDER MEDICINE IN BULK

YEAR – 2012-2013

ATTENDANCE SHEET DATED: 26/03/2012

MEDICAL SUPERINTENDENT CHAIRMAN

ADDL: MEDICAL SUPERINTENDENT (P)

MEMBER

HRAD OF CARDIOLOGY

MEMBER

DIRECTOR FINANCE

MEMBER

DEPUTY DRUG CONTROLLER

MEMBER

REPRESENTATIVE OF HEALTH DEPT.

MEMBER

FIRMS ATTENDANCE

S. # FIRM NAME REPRESENTATIVE OF FIRMS

01 M/s. Munawar Pharma

02 M/s.Crescent Formillia

03 M/s. Nabi qasim Pvt. Ltd.

04 M/s. Sonafi Aventis Pharma

05 M/s. Brookes Pharmaceuticals Lab.

06 M/s. Bosch Pharmaceuticals Pvt. Ltd.

07 M/s. Grace Pharmaceuticals

08 M/s. Star Laboratories

09 M/s. Fynk Pharmaceuticals

10 M/s. Novartis Pharma Pakistan Ltd.

11 M/s. Ali Gohar & Co. Pvt. Ltd.

12 M/s. Akram Brothers

13 M/s. Apsra International

14 M/s. Siza International

15 M/s. Tread Pharmaceuticals Pakistan Pvt. Ltd.

16 M/s. Medi Pharm Pvt. Ltd.

17 M/s. Promed International

18 M/s. Macter Pvt Ltd.

19 M/s. Valor Pharmaceuticals

20 M/s. Shaigan Pharmaceuticals

21 M/s. English Pharmaceuticals

22 M/s. Ferozsons laboratories

23 M/s. Mass Pharma.

24 M/s. Pharma Wise Labs

25 M/s.Bensons Pharmaceuticals

26 M/s. Searl Pakistan

27 M/s. Abbott Laboratories Pakistan Ltd.

28 M/s. Medi Pak Ltd.

29 M/s. Uni Mark

30 M/s. Novo Nordisk

31 M/s. ICI Pakistan `

32 M/s. Razee Theraputics Pvt. Ltd.

33 M/s. Intra Health

34 M/s. Haji Medicine Co.

35 M/s. Pacific Pharmaceuticals

36 M/s. ATCO Laboratories

37 M/s. S. Ejaz ul Din & Co.

38 M/s. Surge Laboratories

39 M/s. Allied Distributors

40 M/s. Ontech Corporation

41 M/s. Saffron Pharmaceuticals

42 M/s. Aay Jay Company

43 M/s. Zafa Pharmaceuticals

44 M/s. Lilly

45 M/s. Hakim Sons (Impex) Pvt. Ltd.

46 M/s. Zafa Pharmaceuticals

47 Medera Pharmaceuticals

48 M/s. Graton Pharma

49 M/s. Atco Laboratoties

50 M/s. High Noon Laboratories Ltd.

51 M/s. ZAM ZAM Corporation

52 Primer Agencies

53 Pak Punjab Cardex Medical Store

54 Surge Laboratories

55 M/s. Tagma Pharma

56 M/s. Medinet

57 M/s. Humanyon Dental Supplies

58 M/s. Angel Enterprises

59 M/s. B. Braun

60 M/s E.N Crystal Enterprises

61 M/s. High Noon

62 M/s. Getz Pharma

63 M/s. Pfizer Pakistan

64 M/s. Stand Pharm

65 M/s. Reckit & Benckiser

66 M/s. Mapple Pharmaceuticals

67 M/s. Cheisi

68 M/s. Gene Tech Laboratories

69 M/s. Medera Pharmaceuticals

70 M/s. Obsons Pharmaceuticals

71 M/s. Muller & Phipps

PURCHASE OF MEDICINE IN BULK.

Tender invited through press for the procurement of Medicine in Bulk for the year 2013-2014. In response

of advertisement 63 tenders were purchased by the companies out of which 45 parties deposited their

tenders:

Tenders opened on 21/06/2013 in public. Two types of bids (technical bids and Financial Bids) received

from the firm, technical bids has been opened and signed.

The tenders may be forwarded to technical evaluation committee for evaluation please.

I.P.C

DMS (P)

AMS (P)

M.S

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-16/Medicine/2013-14/ DATED: / 09 /2013.

To

FIRMS NAME ADDRESS

M/s. Well & Well Pvt. Ltd. Plot-7, St.S-8, national Industrial Zone, RCCi, Rawat, Islamabad,

Ph.#.051-4322446

M/s. Munawar Pharma Pvt.

Ltd., 224-A, Ground Floor, New Muslim Town, Lahore, Ph.35833792

M/s. Wyeth Pakistan Ltd., S - 33 Hawkes Bay Road, S.I.T.E, P.O Box167, karachi.

Ph.#.32354651-60

M/s. Maple Pharmaceuticals

Pvt. Ltd., 147-Sector 23, Korangi Industrial Area, Karachi, Ph.#.021-35056676

M/s. B. Braun, 108/4, J-Block, Johar Town, Lahore, Ph.#.35863934

M/s. Pak Punjab Cardex

Medical System, 202-Eden Heights, Jail Road, Lahore, Ph/#/35717648

M/s. Macter International Pvt.

Ltd., F-216, S.I.T.E, Karachi,

M/s. Rasco Pharma, 5.5-K.M, Near Ali razaabad, HolidayPark, Plot.#.27, Rawalpindi

Road, Lahore, Ph.#.35321715-6

M/s. Biocare Pharmaceutica 108-B, New Muslim Town, Lahore, Ph.#.35884214-5

M/s. Ontech Corporartion, B-90, Block – 10, Gulshan – e Iqbal, Karachi, Ph.#.021-4814955-58

M/s. Allied Distributors, 103-K, 1st Floor, Block-2, P.E.C.H.S, Shahra e Quaideen, Karachi,

Ph.#.021-34554127

M/s. Nabi Qasim Industries.

Pvt. Ltd, 5th Floor, Commerece Centre, Hasrat Mohani Road, Karachi, Ph.#.

111-742-762

M/s. ATCO Laboratories Ltd, B-18, S.I.T.E, Karachi, Ph. 111 111 645

M/s. Servier Research and

Pharmaceuticals Pakistan Pvt.

Ltd.

65 -Main Bouleward Gulberg, Lahore, Ph.#.35879500

M/s. Tread Pharmaceuticals

Pakistan Pvt. Ltd, 1st Floor, Iqbal Complex, 60-Shadman Market, Lahore, Ph.#.37564108

M/s. Chiesi Pharmacuticals Pvt.

Ltd., 60/1A-XX-Phase-III, Khyaban e Iqbal, DHA, Lahore, Ph.#.35746796

M/s. S. Ezauddin & Co., 115-Shadman, Lahore, Ph.#.37562512-13

M/s. BOSCH Pharmaceuticals

Pvt. Ltd, 8-Modern Society, Tipu Sultan Road, Karachi, Ph.#.34543618

M/s. Surge Laboratories Pvt.

Ltd., , 509-510, 5th Floor Commerce Centre, Hassrat Mohani Road,

Karachi, Ph.#.111 742 762

M/s. Novartis Pharma Pakistan

Ltd., P15 – West Wharf Road, Karachi, Ph.#.021-32202071-80

M/s. 3 H - Hoffmann Human

Health Pakistan Ltd., 35 – masson Road, Lahore. Ph.#.35868800

M/s. Sanofi Aventis Pakistan

Ltd, 23, Sector.#.22, Korangi Industrial Area, Karachi., Ph.#.021-35060221-

35

M/s. PharmaWise Labs Pvt.

Ltd, 25-M, Q.A Industrial Estate, Lahore, Ph#35120719-21

M/s. Harmann Pharmaceuticals

Lab. Pvt. Ltd.,

16-KM, Multan Road, Lahore

M/s. Benson Pharmaceutical, Plot No.119, Street No. 8, 1 10/3, Industrial Area, Islamabad,

Ph.#.4449914, 4448188

M/s. Bio Pharma, 97-A-1, Gulgashat, Multan, Ph.#. 61-6524338

M/s. ZAFA Pharmaceuticals

Laboratories Pvt. Ltd., L-1 . B, Block-22, Federal “B” Industrial Area, Krachi. Ph.#.021-

36349226-7

M/s. Medi Pharm Pvt. Ltd., 29-Ground Floor, Gohar Centre, Wahdat Road, Lahore, Ph.#.5882906

M/s. Angels Enterprises, 70-L, Block – 6PECHS, Karachi, Ph.#.021-34540005

M/s. Medi Mark

Pharmaceuticals, Suit #. 102, 6-Civic Centre, Moon Market, Gulshan e Ravi, Lahore,

Ph.#.37419543

M/s. Valor Pharmaceuticals, Office No.20, OPP. Ayub National Park, Jehlum Road, Rawalpindi,

051-5488288

M/s. Haji Medicines Co, B-327, Iqbal Road, Rawalpindin Ph.#.51-35552283

M/s. ICI Pakistan Ltd., ICI House, 63 - 63 Mozang Road, Lahore, Ph.#.111 100 200

M/s. Mega Pharmaceuticals

Ltd., , 27-K.M, Raiwind Road, Lahore. Ph.#.35323185

M/s. Medera Pharmaceuticals

Pvt. Ltd., , 249 – A, Industrial Triangle, Kahuta Road,

M/s. Abbott Laboratories Pvt.

Ltd., 8th Floor, Faysal House, SR-02, Shahrah-e-Faisal, Karachi, Ph.#.021-

32799018-9

M/s. Brookes Pharma Pvt. Ltd, Plot #. 58-59, Sector No.15, Korangi Industrial Area, Karachi, Ph.#.35711243

M/s. Glaxosmith Kline

Pakistan, 35 -Dokyard Road, West Wharf, Karachi, Ph.#. 021-32315478-82

M/s. A. J. & Company

Pharmaceuticals, Mandviwala Chamber, Talpur Road, Karachi, Ph.#.021-2415851-641

M/s. Intra Health, 50-B -1, Birdwood, Kacha lawrence Road, Lahore, 36375532

M/s. CCL Pharmaceuticals Pvt.

Ltd., 65 - Industrial Estate, Kot Lakhpat, Lahore, Ph.#.35140971

M/s. Reckit & Benckiser, 9th Floor, QM Building, Plot No.BC - 15, Block7, Clifton, Karachi,

Ph.#.021-111 23 23 23 M/s. Gene Tech Laboratories, 246 / B, P.E.C.H.S, Block-6, Karachi, Ph.#.021-34553415

Subject: OPENING OF FINANCIAL BIDS OF TENDER MEDICINE IN BULK.

Reference your quotation opened on 21/06/2013 for the tender medicine in bulk

for the year 2013-2014, Punjab Institute of Cardiology, Lahore is going to finalize the tender.

In this context, financial bids opening meeting is hereby scheduled to be held on

26/09/2013 at 11: AM. in the meeting room of this institute.

NOTE: Technical report has been uploaded on health dept.‟s website. In case of

grievance, firm should submit their presentations uptil 05/10/2013.

You are requested to attend the meeting on scheduled date and time.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT-16/Medicine/2013-14/ DATED: / 09 /2013.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore

2. Finance Director, PIC, Lahore.

3. Deputy Drug Controller, PIC, Lahore

4. Representative of Health Dept., Govt. of the Punjab, Health Dept., Lahore

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

OFFICE OF THE MEDICAL SUPERINTENDENT,

PUNJAB INSTITUTE OF CARDIOLOGY, LAHORE,

Ph.#.Off.042-99200031, 042-99203051 (EXT.313) FAX.#.042-99203204

No.PC/AT/Medicine/2013-2014/ DATED: / /2013.

To

The Managing Director,

PPRA, Lahore

Subject: TECHNICAL EVALUATION REPORT PERTAINING TO

PROCUREMENT OF MEDICINE IN BULK FOR PUNJAB

INSTITUTE OF CARDIOLOGY, LAHORE .

It is stated that Technical Evaluation Report pertaining to procurement of

Medicine in Bulk for Punjab Institute of Cardiology, Lahore, is to be uploaded on PPRA

Website.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT/Medicine/2013-2014/ DATED: / /2013.

Copy forwarded for information to:

1. System Analyst, PIC, Lahore to upload the technical report on PIC, Website and PPRA

Website.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

TECHNICAL EVALUATION OF MEDICINE TENDER

FINANCIAL YEAR 2011-2012.

S.#. COMPANY NAME Manufacturing

License + 2 Years Audit Report (30

Marks)

Manufacturing

Capacity (20 Marks)

Technical Staff

(15 Marks)

Ware House

(10 Marks)

National /

International Certificate (10

Marks)

Past

Performance (15 Marks)

Total

Marks

Remarks

1 Sonafi Aventis 30 20 15 10 10 90

2 Sheeba Corporation 30 20 15 10 10 95

3 FIBS Pharma 20 20 10 7 10 67

4 Mega Pharma 30 14 10 05 05 15 79

5 Brooks Pharma 10 20 10 5 10 10 65

6 Siza International 30 20 10 10 5 15 90

7 Gene Tech 30 03 10 5 15 63

8 Alfalah Pharma 30 20 10 5 5 15 85

9 Pharma Wise 20 20 3 5 10 15 73

10 Swiss Pharmaceuticals 30 12 05 10 15 72

11 Allied Distributors 30 20 12 5 10 05 82

12 Frontier Dextrose 30 20 12 10 5 5 82

13 Nabi Qasim 30 20 10 7 5 5 77

14 Lawrence Pharma 30 20 12 5 5 72

15 Elko Organization 30 14 10 6 5 10 75

16 Prime Laboratories 30 20 8 5 63

17 S E S Associates 30 20 12 10 5 77

18 Onco Care Pharmacy 20 20 10 8 5 10 73

19 Genome Pharma 30 20 8 6 64

20 F. Rabbi & Co. 30 20 12 10 72

21 ESS & ESS Enterprises 30 20 15 10 15 80

22 Drugmax Distributors 30 7 6 5 5 15 68

23 Searl Pharma 30 20 10 10 15 95

24 Munawar Pharma 30 20 10 10 5 10 95

25 New Omni Traders 10 5 15 Not Qualified

26 J. M Marketing 30 20 13 5 5 73

27 Medi Pak 30 7 13 5 10 65

28 Pulse International 30 20 6 10 66

29 Ali Gohar & Co. 30 20 8 5 5 68

30 Pak Punjab Cardex 30 20 10 10 7 10 87

31 Linkers Asia 20 10 6 8 44 Not Qualified

32 Ray Pharma 30 12 7 15 64

33 Hoffman Human Health 30 8 10 5 15 68

34 Harmann Pharmaceuticals 30 20 7 5 62

35 Tread Pharmaceuticals 30 14 6 8 5 15 88

36 Glaxo Smith Kline 20 7 12 7 5 15 66

37 S. Ejaz ul Din & Co. 30 20 10 10 5 15 90

38 Haji Medicine 08 07 05 20 Not Qualified

39 Bosch Pharm 30 20 10 8 5 10 83

40 Onco Link 30 20 14 7 5 15 91

41 Zafa Pharmaceuticals 30 20 12 10 5 10 87

42 Allons Enterprises 20 14 10 6 5 10 65

43 Makrison Pharmaceuticals 06 04 02 04 5 5 26 Not Qualified

44 Vikor Enterprises 30 20 12 8 5 10 85

45 NOVO Nordisk 30 16 10 7 5 15 83

46 B. Braun 30 20 14 10 5 15 94

47 Nova med Pharmacy 30 20 10 10 5 10 85

48 Medi Search 20 15 10 8 5 10 68

49 Caylex Pharmaceuticals 30 14 10 8 5 10 77

50 Omar Trading Co. 30 20 10 10 5 15 90

51 Mass Pharma 20 14 10 10 5 15 74

TECHNICAL EVALUATION COMMITTEE:

Audit Officer Hospital Pharmacist End User

DMS (S) Associate Professor of Cardiac Surgery / Cardiology

AMS (P) Medical Superintendent Head of Institution

TECHNICAL EVALUATION OF MEDICINE TENDER

FINANCIAL YEAR 2011-2012.

S.#. COMPANY NAME Manufacturing

License + 2

Years Audit

Report (30

Marks)

Manufacturing

Capacity (20

Marks)

Technical

Staff (15

Marks)

Ware

House (10

Marks)

National /

International

Certificate

(10 Marks)

Past

Performance

(15 Marks)

Total

Marks

Remarks

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

37

38

TECHNICAL EVALUATION COMMITTEE:

Audit Officer Hospital Pharmacist Representative of Health Dept.

Chief Drug Inspector Director Pharmacy

DMS (P) AMS (A) Prof. of cardiology

APPROVAL TO PURCHASE HIGH QUALITY MEDICINE FOR THE

PATIENTS

Honorable Chief Minister Punjab visited the PIC, Lahore and advised to purchase

and deliver the high quality medicines to all Cardiac Patients in public interest on

emergency basis.

MINUTES OF TECHNICAL EVALUATION COMMITTEE MEETING HELD ON 13/02/2012

In the technical Evaluation Committee meeting following decisions were taken:

1. All companies except M/s. Efroze Chemicals Pvt Ltd.will be evaluated

2. Audit report evaluation of the companies will be done by the Audti Officer /

Director Finance.

3. The Other documents of the companies will be verified by the committee

4. Past performance will be verified on provision of medicines in other Govt.

institutions and availability of medicines in open market.

5. The Qualifying marks will be 70 % over all and 50% in each segment of

technical evaluating criteria

6. each firm will submit and under taking on judicial paper that the

information are correct and incase of any discrepancy they will be

penalized as per Govt. rules.

The next meeting on the committee will be held on 20/02/2012.

TECHNICAL EVALUATION COMMITTEE

ATTENDANCE SHEET

S. # FIRM NAME SIGNATURE OF REPRESENTATIVE

01

02

03

04

05

06

07

08

09

10

S.#. FIRMS NAME SIGNATURE OF REPRESENTATIVE

35 M/s. Pfizer Pakistan Ltd.

36 M/s. Macter International

37 M/s. Swiss Pharmaceuticals

38 M/s. Ontech Corporation

39 M/s. Allied Distributors

40 M/s. Bio Care Pharmaceutical

41 M/s. ESS & ESS Enterprises

42 M/s. Valor Pharmaceuticals

43 M/s. J. M. Marketing

44 M/s. Medi Urge Pharma

45 M/s. Siza International

46 M/s. Zafa Pharmaceuticals

47 Medera Pharmaceuticals

48 M/s. Graton Pharma

49 M/s. Atco Laboratoties

50 M/s. High Noon Laboratories Ltd.

51 M/s. ZAM ZAM Corporation

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

NO.PC/M.S/2012-2013/ DATED: / 11 / 2012.

Subject:- MEETING NOTICE

A Meeting of Technical Evaluation Committee for Medicine comprising of the following

officers is scheduled to be held on 22/11/2012 at 10:11 A.M. in the committee room of Punjab Institute of

Cardiology, Lahore:-

1. Prof. Nadeem Hayat Mallick Chairman

Prof. of Cardiology, PIC, Lahore

2. Dr. Zafar Tufail Member

Associate Prof. of Cardiac Surgery

3. Dr. Ahmae Noeman Member

Assist. Prof. of Cardiology

4. Dr. Irfan Azmat Ullah Khan Member

Assist. Prof. of Cardiac Surgery

5. Mr. Shaheen Iqbal Member

Deputy Drug Controller

All the officers are requested to attend the meeting on above said scheduled date & time.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

NO.PC/M.S/2012-2013/ DATED: / 11 / 2012.

Copy forwarded for information to:

1. P.A to Head of Institution, PIC, Lahore.

2. P.A to Medical Superintendent, PIC, Lahore

3. P.A to Head of Cardiac Surgery, PIC, Lahore.

4. Director Finance, PIC, Lahore.

5. All Officers Concerned.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

To be substituted bearing same number and date:

OFFICE OF THE MEDICAL SUPERINTENDENT,

PUNJAB INSTITUTE OF CARDIOLOGY, LAHORE,

Ph.#.Off.042-99200031, 042-99203051 (EXT.313) FAX.#.042-99203204

NO.PC/AT-16/2012-2013/34211-14 DATED: 04 / 12 /2012.

OFFICE ORDER

A committee consisting of following officers is hereby constituted for visit of

Factories / Companies participated in the tender of Medicine in Bulk for the Technical Evaluation

of their quotations.

1. Dr. Shahid Hameed Chairman

Associate Prof. of Cardiology.

2.. Dr. Zubair Nazar Member

DMS / AMS (P)

3.. Mr. Shaheen Iqbal Member

Deputy Drug Controller

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

NO.PC/AT-16/2012-2013/ DATED: / 12 /2012.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore

2. Medical Superintendent, PIC, Lahore

3. All Officers Concerned.

.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

PUC : EXTENSION IN DELIVERY PERIOD

A letter No.skd-313-12 dated 18/11/2012 received from M/s. Tread Pharmaceuticals Pakistan

Pvt. Ltd. regarding extension in delivery period of this office purchase order No. PC/ARC-

20/2010-2011/27212-15 dated 19/09/2011 (Flag-„B‟) of Tab. Spirotech – 40 mg of qty =

5,00,000/-.

Firm has delivered the stock of qty = 4,90,000/- tabs. on 18/01/2012 (Flag „C‟). The remaining

stock of qty = 10,000/- tabs. Was delivered on 15/08/2012 (Falg „D‟).

The firm explained that that delay in the supply was also took place due to the refusal of then

store incharge to receive stock of drug due to untoward situation of PIC, Lahore. Their bill of

supply was delayed due to left over stock of just 10,000/- tabs. as well. Firm expressed that they

had to face a lot of hardships due to cancellation of annual rate contract from PIC, Lahore as

ordered by Health Dept. Punjab, Lahore.

In this regard, firm requested to give extension in delivery period uptill 15/08/2012 so that they

may be able to submit their bill.

The case is submitted for necessary orders please.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

NO.PC/M.S/2012-2013/ DATED: / 01 / 2013.

Subject:- MEETING NOTICE

A Meeting of Technical Evaluation Committee for Medicine comprising of the following

officers is scheduled to be held on 30/01/2013 at 11:00 A.M. in the committee room of Punjab Institute of

Cardiology, Lahore:-

1. Prof. Nadeem Hayat Mallick Chairman

Prof. of Cardiology, PIC, Lahore

2. Dr. Zafar Tufail Member

Associate Prof. of Cardiac Surgery

3.. Dr. Ahmad Noeman Member

Assist. Prof. of Cardiology

4. Dr. Irfan Azmat Ullah Khan Member

Assist. Prof. of Cardiac Surgery

5. Mr. Shaheen Iqbal Member

Deputy Drug Controller

All the officers are requested to attend the meeting on above said scheduled date & time.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

NO.PC/M.S/2012-2013/ DATED: / 01 / 2013.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore.

2. P.A to Medical Superintendent, PIC, Lahore

3. P.A to Head of Cardiac Surgery, PIC, Lahore.

4. All Officers Concerned.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

The Chief Manager,

UBL, Jail Road,

Lahore

Subject: CANCELLATION OF L/C #. 105467 AMOUNTING USD150000.00

Punjab Institute of Cardiology, Lahore opened this L/C with beneficiary M/s. ZAM ZAM

Corporation through your bank. M/s. ZAM ZAM Corporation showed its inability to supply this L/C.

therefore, it is requested to cancel this L/C.

Thanking you,

Medical Superintendent,

PIC, Lahore

Copy forwarded for information to:

1. M/s. ZAm ZAM Corporation.

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-16/Medicine/2012-13/ DATED: / 02 /2013.

To

M/s. Medinet Pharmaceuticals Pakistan Pvt. Ltd., Building #.601, Main Peshawar Road, Near

Lane.#.5, Rawalpindi Ph.#.051-35479019

M/s. Summit Intertrade, 16/80 Taxali Gate(Mason), Itehad Colony, Off Mohni Road, Lahore,

Ph.#.37230276

M/s. Ontech Corporartion, B-90, Block – 10, Gulshan – e Iqbal, Karachi, Ph.#.021-4814955-58

M/s. Allied Distributors, 103-K, 1st Floor, Block-2, P.E.C.H.S, Shahra e Quaideen, Karachi

Ph.#.021-34554127

M/s. Obsons Pharmaceuticals, 209-S, Industrial Estate, Kot Lakhpat, Lahore Ph.#.042-35153571-2

M/s. S. Ezauddin & Co., 115-Shadman, Lahore Ph.#.37562512-13

M/s. PharmaWise Labs Pvt. Ltd, 25-M, Q.A Industrial Estate, Lahore Ph#35120719-21

M/s. Muller & Phpps Pakistan Pvt. Ltd., Uzma Court, Main Clifton Road, P.O. Box.3880, Karachi

Ph#.021-35834471-3

M/s. G - 9, Mezzainine Floor, 33-C, Rahat Lane 2, Commercial, DHA PhaseVI, Karachi Ph.#.021-

35393889

M/s. Premier Agencies, 60-Muslimabad, Jamshed Quarters, M.A JinnahRoad Extension Post

Box3535, Karachi, Ph.#.042-35874926-28

M/s. Cirin Pharmaceuticals, 245-Street-11, Race Course, Rawalpindi, Ph.#.051-5519940-1

M/s. Promed International, 10, The Mall, Rawalpindi Ph.#.051-5700058

Subject: ANNOUNCEMENT OF EVALUATION REPORT.

Reference your quotation opened on 21/06/2012 for the tender medicine in bulk

for the year 2012-2013, Punjab Institute of Cardiology, Lahore is going to finalize the tender.

As per bidding documents rule (34.1) given below:

“The Procuring Agency shall announce the results of the bid

evaluation in form of a report, not inconsistent with Rule 35 of the

PPR-2009 giving justification for acceptance or rejection of bids at

least ten days prior to the award of procurement Contract.”

It is pointed out that your quotation has been rejected in technical evaluation

meeting by the technical evaluation committee for tender medicines in bulk for the year 2012-

2013.

You are requested to appear before the grievance committee in the meeting being

held on 16/02/2013 at 11:00 A.M in the committee room of this hospital.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT-16/Medicine/2012-13/ DATED: / 02 /2013.

Copy forwarded for information to:

1.. Head of Institution, PIC, Lahore

2. Finance Director, PIC, Lahore.

3. System Analyst, PIC, Lahore for displaying the letter on PPRA website.

4. Representative of Health Dept., Govt. of the Punjab, Health Dept., Lahore

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

MINUTES OF TECHNICAL EVALUATION COMMITTEE MEETING HELD ON

19/08/2013 FOR TENDER MEDICINE IN BULK.

A technical evaluation committee meeting was held on 19/08/2013 at 10:00 A M in the

committee room of this institution.

Following attended the meeting:

1. Prof. Dr. Bilal Zakariyah Khan

2. Prof. Dr. Nadeem Hayyat Mallick

3. Dr. Zafar Tufail

4. Dr. Irfan Azmat Ullah

5. Dr. Ahmad Nauman

6. Mr. Shaheen Iqbal

Following firms were rejected / disqualified because their bids were not responsive.

M/s. Well & Well.

M/s. Valor Pharmaceuticals

M/s. Medera Pharmaceuticals

M/s. Allied Distributors

M/s. SurgE Laboratories

M/s. PharmaWise Labs Pvt. Ltd,

M/s. Medi Mark Pharmacuticals

M/s. Intra Health

M/s. Rasco Pharma

M/s. Tread Pharmaceuticals Pakistan

M/s. Mega Pharmaceuticals

M/s. Maple Pharmacuticals

M/s. Harmann Pharmaceuticals

Technical evaluation committee discussed the agenda items in detail and after due deliberation

agreed with the opinion of end user. Keeping in view, the previous crisis of contaminated drugs

causing death of patients who took the medicine from this hospital, the end user accepted the

quality brands and not recommend the other brands on following grounds:

1. Not Good Brand with unreliable efficacy

2. No Past Experience

The detail of the recommendations / decisions are depicted as under:

S.# MEDICINE

NAME.

STRENG

TH

NAME OF BRANDS &

COMPANIES

RECOMMENDATIO

NS

1 Cap. Amoxicillin

Blister Pack of 100

500 mg Ospamox, Novartis,

Pakistan

Accepted

Amoxil, Glaxosmith Kline,

Pakistan

Accepted

2 Cap. Omeprazole

Blister Pack of 14

20 mg Omrel 20 mg Well & Well,

Pakistan

Rejected

Zemnol, Munawar Pharma,

Pakistan

Accepted

Sante, Macter Intl:, Pakistan Accepted

Lozal, Novartis, Pakistan Accepted

Xerosec, Sanofi Aventis,

Pakistan

Accepted

Zampra, Zafa

Pharmaceutical, Pakistan

Rejected

Omepraval, Valor

Pharmaceutical, Pakistan

Rejected

Amazole, Medera, Pakistan Rejected

Omesec, Brookes Pharma,

Pakistan

Accepted

Valuprazol, Glaxosmith

Kline, Pakistan

Accepted

Risek, Getz Pharma,

Pakistan

Accepted

3 Glucoprotein 2B3A

Inhibitors

(Abiximab /

Tirofiban HCl /

Eptifibitide)

Individually Pack

0 Aggrastat Accepted

4 Inhail. Isoflourane

Individually Packed

100ml Restane, Piramal Critical

Care Inc., USA

Rejected

Forane, Aseica Queen

Borough Ltd., UK

Accepted

6 Inj. (Piperacillin +

Tazobactum)

Individually Packed

with Diluent

4.5 gm Tanzo, BOSCH, Pakistan Accepted

7 Inj. (Piperacillin +

Tazobactum)

Individually Packed

with Diluent

2.25 gm Tanzo, BOSCH, Pakistan Accepted

10 Inj. Amikacin,

Individual Pack,

Liquid Form

500mg Amikacin, Zafa

Pharmaceutical, Pakistan

Accepted

Amikin, Glaxosmith Kline,

Pakistan

Accepted

13 Inj. Ampicillin 250

+ Cloxacillin 250

mg, Individually

Pack

500mg Zampilox, Zafa

Pharmaceutical, Pakistan

Accepted

14 Inj. Atracurium

Besylate Pack of 5

5 ml Relaxtron, Zafa

Pharmaceutical, Pakistan

Rejected

Atrelax, Abbott, Pakistan Accepted

Acuron, Brookes, Pakistan Accepted

Tracrium, Glaxosmith Kline,

Pakistan

Accepted

20 Inj. Cefoperazone

& Sulbactam

Individual Packed

with Diluent

2 Gm Sulzone, Suzhou Dawnrays

Pharmacuticals, China

Accepted

Cebac, BOSCH, Pakistan Rejected

Xtracef, Surge Lab, Pakistan Rejected

21 Inj. Ceftriaxone

individualy Packed

with Diluent

1Gm Titan, Macter Intl:, Pakistan Accepted

Sergifex, Surge Lab,

Pakistan(with WFI without

tray)

Rejected

Aventriax, Sanofi Aventis,

Pakistan

Accepted

Zeftrox IV, Zafa

Pharmaceutical, Pakistan

Rejected

Traxef, Korea Pharma Co,

Korea

Rejected

Ryxon, Brookes, Pakistan Accepted

22 Inj. Ciprofloxacin

with I.V Set

(Registered) &

Hanger

200mg Stericipro with set FDL Accepted

Bacip, Surge Lab,

Pakistan(without drip set

and cartoon)

Rejected

Gen-Sipro, Brookes,

Pakistan

Accepted

Cipesta, Getz Pharma,

Pakistan

Accepted

23 Inj. Clavulanic

Acid 200mg +

Amoxycillin 1000

mg

1.2 gm Calamox, BOSCH, Pakistan Accepted

Amoxiclave, Novartis,

Pakistan

Accepted

Zamoclav, Zafa

Pharmaceutical,

Pakistan(with WFI)

Accepted

24 Inj. Contrast

Medium Non Ionic

Individual Pack

50 ml Iopamiro, 370/50 ml,

Bracco, Italy

Accepted

Ultravist 370, Medipharm,

Pakistan

Accepted

25 Inj. Contrast

Medium Non Ionic

Individual Pack

100 ml Iopamiro, 370/50 ml,

Bracco, Italy

Accepted

Ultravist 370, Medipharm,

Pakistan

Accepted

26 Inj. Dextrose Water

25%

20 / 25 ml Dextrose 25 %, Zafa

Pharmaceutical, Pakistan

Accepted

27 Inj. Dextrose Water

5% With Set

(Registered)

1000 ml Sterifluid 5% with set FDL Accepted

32 Inj. Dobutamine 250mg / 5

ml

Myungmoon, Myunmoon

Pharm Co.Seoul Korea

Dobamine, Korea Pharma

Co, Korea

Rejected

Dobuject, Primex

Pharmaceuticals Oy, Finland

Accepted

33 Inj. Dopamine 200mg / 5

ml

Inopan, Myunmoon Pharm

Co.Seoul Korea

34 Inj. Frusimide Pack

of 50

20 mg Laxide, Munawar Pharma,

Pakistan

Rejected

Lasix, Sanofi Aventis,

Pakistan

Accepted

35 Inj. Modified Fluid

Gelatin / Polygeline

with IV Set

(Registered)

500 ml Haemaccel, Sanofi Aventis,

Pakistan

Accepted

36 Inj. Gentamycin

Pack of 25

80 mg / 2

ml

Genxat, Surge Lab, Pakistan Re-Tender

37 Inj. Hartman

Solution with IV set

(Registered)

1000 ml Sterifluid RL with set FDL Accepted

38 Inj. Heparine 5000 iu /

ml

Heparine Sodium, B. Braun,

Germany

Accepted

Multiparin, Bio Pharma, UK Rejected

Heparotex, Rotexmedica,

Germany

Rejected

40 Inj. Human Insuline

NPh Individually

Packed

100 iu / ml Insuman Basal, Sanofi

Aventis, Pakistan

Accepted

41 Inj. Human Insuline

Regular

Individually Packed

100 iu / ml Insuman Rapid, Sanofi

Aventis, Pakistan

Accepted

42 Inj. Hydrocortisone

Sod. Succinate

Individually Packed

250 mg Hydro Sod. Suc., Zafa

Pharmaceutical, Pakistan

Accepted

43 Inj. Isosorbide

Dinitrate Pack of 10

10 mg / ml Isoket, Schwarz, Germany Accepted

Sorbid, Myunmoon Pharm

Co.Seoul Korea

Accepted

45 Inj. Levofloxacin

with IV Set

(Registered) &

Hanger

500 mg Sterilevo with set FDL Accepted

Tavanic, Sanofi Aventis,

Pakistan

Accepted

Gen-Levo, Brookes,

Pakistan

Accepted

Leflox, Getz Pharma,

Pakistan

Accepted

47 Inj. Lignocaine 2%

HCl Pack of 50

10 ml Lidoject, Surge Lab,

Pakistan

Re-Tender

49 Inj. Mannitol 20 %

with IV Set

(Registrered)

500 ml Steriflutol 20% with set

FDL

Accepted

50 Inj. Dextrose 5%

with IV Set

(registered)

1000 ml Sterifluid 5% with set FDL Accepted

51 Inj. Meropenem

Pack of 10

500 mg Penro, BOSCH, Pakistan Rejected

Meronem, ICI, Italy Accepted

52 Inj. Metclopramide

Pack of 10

5 mg / ml Clotide, Surge Lab, Pakistan Rejected

Maxolon, Glaxosmith Kline,

Pakistan

Accepted

53 Inj. Metoprolol

Pack of 5

5 mg / m5

ml

Merol, ATCO, Pakistan Accepted

Lopresor, Novartis, Pakistan Accepted

54 Inj. Metronidazole

with IV Set

(Registered) &

Hanger

100 ml Sterimet with set FDL Accepted

Flazol, BOSCH, Pakistan Accepted

Intobix, Surge Lab,

Pakistan(without drip set

and cartoon)

Rejected

Flagyl, Sanofi Aventis,

Pakistan(with out set)

Accepted

55 Inj. Midazolam

Pack of 10

5 mg / 5

ml

Idazol, BOSCH, Pakistan Accepted

Hypozam, Brookes, Pakistan Accepted

56 Inj. Nor -

Adrenaline Pack of

10

4 mg / ml Norepine,(sterop lab

belgium). Ontech

Corporation, Pakistan

Rejected

Nor-Adrine, ATCO,

Pakistan

Accepted

57 Inj. Normal Saline

0.9% with IV Set

(Registered)

1000 ml Sterifluid NS with set FDL Accepted

58 Inj. Normal Saline

0.9% with IV Set

(Registered)

100 ml Sterifluid NS with set FDL Accepted

59 Inj. Omeperazol

Individually Packed

40 mg Loprot, Nabiqasim, Pakistan Accepted

Omezol, BOSCH, Pakistan Accepted

Risek, Getz Pharma,

Pakistan

Accepted

62 Inj. Propofol 1%

Pack of 5

10 mg / ml Propofol Lipuro, B. Braun,

Germany

Accepted

Pofol, Dongkook, Pharma

Co. Korea

Rejected

Recofol, Primex

Pharmaceuticals, Finland

Accepted

64 Inj. Ranitidine Pack

of 5

50mg /

2ml

Rantin, Macter Intl:,

Pakistan

Accepted

Peptiject, Surge Lab,

Pakistan

Rejected

Zantac, Glaxosmith Kline,

Pakistan

Accepted

66 Inj. Streptokinase

Individually Packed

1.5 miu Dilcair - ST, BBt-Biotech

GmbH, Germany

Accepted

67 Inj. Teicoplamine

Individually Packed

200 mg Targocid, Sanofi Aventis,

Pakistan

Accepted

68 Inj. Teicoplamine

Individually Packed

400 mg Targocid, Sanofi Aventis,

Pakistan

Accepted

69 Inj. Tygacyline

Pack of 10

50 mg Tygacil, Patheon Italia, Italy Accepted

70 Inj. Vancomycin

Individually Packed

500mg Hisun, Zhejiang Hisun

Pharmaceuticals Co. China

Rejected

Vanbact, Nabiqasim,

Pakistan

Rejected

Vinjec, BOSCH, Pakistan Rejected

Vancomycin, Abbott,

Pakistan

Accepted

72 Nebule Ipratropium

(Nebulizing

Sloution)

0.00025%. Ipneb Soln, ATCO, Pakistan Accepted

Tropum, Zafa

Pharmaceutical, Pakistan

Accepted

Optra, Getz Pharma,

Pakistan

Accepted

Atem Accepted

73 Soln. Hydrogen

Peroxide 6%

450 ml Hudrogen Peroxide,

Pharmawise, Pakistan

Re-tender

74 Soln. Instrument

Disinfactant

2 Lit / G Korsolex Basic, Bode-

Chemie, Germany

Accepted

Combi, Antiseptica,

Germany

Rejected

75 Soln. Povidone

Solution 10%

450 / 500

ml

Povine, Pharmawise,

Pakistan

Rejected

Pyodine Soln, Brookes,

Pakistan

Accepted

76 Soln. Propanol

Hand Rub

Disinfection

1000 ml Sterillium, Bode-Chemie,

Germany

Accepted

Manorapid, Antiseptica,

Germany

Rejected

77 Soln. Surface

Disinfactant

4 / 5 Lit /

G

Kohrsolin FF, Bode-

Chemie, Germany

Accepted

Descocid N, Antiseptica,

Germany

Rejected

78 Syp. Lactulose

Individually Packed

120 ml Sanlac, Novartis, Pakistan Accepted

Duphalac, Abbott, Pakistan Accepted

Lilac, Getz Pharma, Pakistan Accepted

80 Tab. Amiodarone

HCL Blister Pack,

Pack of 30

200 mg Cordarone, Sanofi Aventis,

Pakistan

Accepted

81 Tab. Amlodipine,

Blister Pack, Pack

of 20

5mg Rasdipine, Rasco Pharma,

Pakistan

Rejected

Amdipine, Nabiqasim,

Pakistan

Accepted

Adoptin, Fynk, Pakistan Rejected

Quvasc, Novartis, Pakistan Accepted

Zamlo, Zafa Pharmaceutical,

Pakistan

Accepted

Megadip, Mega

Pharmaceuticals, Pakistan

Rejected

82 Tab. Aspirin

Enteric Coated,

Pack of 30

75 mg Ascard, ATCO, Pakistan Accepted

Disprin CV, Reckitt &

Benckiser, Pakistan

Accepted

83 Tab. Aspirn

Soluble,

Aluminium Strip

Pack, Pack of 600

300 mg Solprin, Pharmawise,

Pakistan

Rejected

Disprin, Reckitt &

Benckiser, Pakistan

Accepted

84 Tab. Atenolol

Bisected Blister

Pack, Pack of 20

100 mg Nomin, Maple, Pakistan Rejected

Normitab, Nabiqasim,

Pakistan

Accepted

konduct, Fynk, Pakistan Rejected

Qunoten, Novartis, Pakistan Accepted

Atenolol, Zafa

Pharmaceutical, Pakistan

Accepted

85 Tab. Atorvastatin

Bisected Blister

Pack, Pack of 10

20 mg Tavist, Macter Intl:, Pakistan Accepted

Colstat, Rasco Pharma,

Pakistan

Rejected

Descol, Nabiqasim, Pakistan Accepted

Stator, Fynk, Pakistan Rejected

Winstor, Sanofi Aventis,

Pakistan

Accepted

Colezaf, Zafa

Pharmaceutical, Pakistan

Rejected

Megavastin, Mega

Pharmaceuticals, Pakistan

Rejected

Eravas, Medera, Pakistan Rejected

Lipiget, Getz Pharma,

Pakistan

Rejected

88 Tab. Captopril

Bisected Blister

25 Mg Eptril, Fynk, Pakistan Rejected

Acetopril, Zafa Accepted

Pack, Pack of 30 Pharmaceutical, Pakistan

Capoten, Glaxosmith Kline,

Pakistan

Accepted

89 Tab. Carvedalol

Bisected Blister

Pack, Pack of 30

6.25 mg Hart, Macter Intl:, Pakistan Accepted

Normidilol, Nabiqasim,

Pakistan

Accepted

90 Tab. Ciprofloxacin,

Blister Pack, Pack

of 10

500 mg Cipnolone Well & Well,

Pakistan

Rejected

CP Zaf, Zafa

Pharmaceutical, Pakistan

Accepted

Zecip, Valor

Pharmaceutical, Pakistan

Rejected

Gen-Sipro, Brookes,

Pakistan

Accepted

Cip val, Glaxosmith Kline,

Pakistan

Accepted

Cipesta, Getz Pharma,

Pakistan

Accepted

91 Tab. Clopidogrel

Blister Pack, Pack

of 20

75 mg Platagrel, Munawar Pharma,

Pakistan

Accepted

Loclog, Maple, Pakistan Rejected

Locril, Macter Intl:, Pakistan Accepted

Nilcot, Rasco Pharma,

Pakistan

Rejected

Deplat, Nabiqasim, Pakistan Accepted

Plavix, Sanofi Aventis,

Pakistan

Accepted

Platagg-I , Zafa

Pharmaceutical, Pakistan

Accepted

Noclot, CCL

Pharmaceuticals, Pakistan

Accepted

92 Tab. Demperidone,

Blister Pack, Pack

of 50

10 mg Vomilux, ATCO, Pakistan Accepted

MOvedone, Medera,

Pakistan

Rejected

94 Tab. Diltiazem

Bisected Blister

Pack, Pack of 30

60 mg Myozem, Fynk, Pakistan Re-Tender

95 Tab. Enalapril

Bisected Blister

Pack, Pack of 30

10 mg Cardace, Zafa

Pharmaceutical, Pakistan

Accepted

96 Tab. Frusemide

Blister Pack, Pack

of 100

40 mg Laxide, Munawar Pharma,

Pakistan

Rejected

Lasix, Sanofi Aventis,

Pakistan

Accepted

Frusa, Medera, Pakistan Rejected

97 Tab. Frusemide +

Amiloride Blister

Pack, Pack of 30

40 mg / 5

mg

Truride, Fynk, Pakistan Rejected

Lasoride, Sanofi Aventis,

Pakistan

Accepted

98 Tab. Frusemide +

Spironolactone

Blister Pack, Pack

of 30

40 mg Re-tender

99 Tab. Glyceryl

Trinitrate S/L,

Aluminium Strip

pack, Pack of 30

0.5 mg Angilingual, Zafa

Pharmaceutical, Pakistan

Re-Tender

100 Tab. Isosorbide

Mononitrate

Bisected Blister

Pack, Pack of 20

20 mg Unitrate, Benson, Pakistan Accepted

Monocard, Valor

Pharmaceutical, Pakistan

Rejected

101 Tab. Levofloxacin

Blister Pack, Pack

of 10

500 mg Lefnil Well & Well,

Pakistan

Rejected

Tavanic, Sanofi Aventis,

Pakistan

Accepted

Vofloza, Zafa

Pharmaceutical, Pakistan

Accepted

Lecin, Valor

Pharmaceutical, Pakistan

Rejected

Leflox, Getz Pharma,

Pakistan

Accepted

102 Tab. Lisinopril

Bisected Blister

Pack, Pack of 20

10 mg Lame, ATCO, Pakistan Accepted

Renopril, Harmann, Pakistan Rejected

Lisopril, Valor

Pharmaceutical, Pakistan

Rejected

103 Tab. Losartan - K

Bisected Blister

Pack, Pack of 20

50 mg Goronil, Rasco Pharma,

Pakistan

Rejected

Bepsar, Nabiqasim, Pakistan Accepted

Tansar, Fynk, Pakistan Rejected

Noktan, Novartis, Pakistan Accepted

Zosartan-K, Zafa

Pharmaceutical, Pakistan

Rejected

Megasar, Mega

Pharmaceuticals, Pakistan

Rejected

104 Tab. Metoprolol

Bisected Blister

Pack, Pack of 30

100 mg Merol, ATCO, Pakistan Accepted

Mepresor, Novartis,

Pakistan

Accepted

Megatop, Mega

Pharmaceuticals, Pakistan

Rejected

105 Tab.

Metronidazole,

Blister Pack, Pack

of 200

400 mg Flagyl, Sanofi Aventis,

Pakistan

Accepted

Elazyl, Pharmawise,

Pakistan

Rejected

106 Tab. Orphenadrine

+ Paracetamol

Blister Pack, Pack

of 100

0 Anorol, Medera, Pakistan Re-Tender

107 Tab. Paracetamol

Blister Pack, Pack

of 200

500 mg Febrinol, Pharmawise,

Pakistan

Rejected

Paracetamol, Zafa

Pharmaceutical, Pakistan

Accepted

Calpol, Glaxosmith Kline,

Pakistan

Accepted

Disprol, Reckitt &

Benckiser, Pakistan

Accepted

108 Tab. Propranolol

Blister Pack

10 mg Hyprol, Munawar Pharma,

Pakistan

Accepted

Inderal, ICI, India Rejected

109 Tab. Ranitidine

Aluminium Strip

Pack, Pack of 10

150 mg Zantac, Glaxosmith Kline,

Pakistan

Accepted

110 Tab. Simvastatin

Bisected Blister

Pack, Pack of 10

20 mg Simtanil, Munawar Pharma,

Pakistan

Accepted

Simva, Nabiqasim, Pakistan Accepted

Simvazaf, Zafa

Pharmaceutical, Pakistan

Rejected

112 Tab. Trimetazidine

Blister Pack, Pack

of 20

20 mg Dinemic, Maple, Pakistan Rejected

Vastarel, Servier, Pakistan Accepted

113 Tab. Trimetazidine

MR Blister Pack,

Pack of 20

35 mg Dinemic SR, Maple,

Pakistan

Rejected

Vastarel MR, Servier,

Pakistan

Accepted

Mr. Shaheen Iqbal Dr. Ahmas Nauman

Deputy Drug Controller Assistant Prof. of Cardiology.

Dr. Irfan Azmat Ullah Dr. Zafar Tufail

Assistant Prof. of Cardiac Surgery Associate Prof. of Cardiac Surgery

Prof. Dr. Nadeem Hayyat Mallick,

Chairman Technical Evaluation Committee for Medicine in Bulk,

Punjab Institute of Cardiology, Lahore

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

NO.PC/M.S/2012-2013/ DATED: / 02 / 2013.

OFFICE ORDER.

A committee consisting of following officers is hereby constituted for “Redressal of

Grievances” in light if PPRA-Rules, 2009:-

1. Prof. Dr. Muhammad Shahnawaz Chairman

Prof. of Radiology, PIC, Lahore

2. Dr. Hassan un Banna Member

Associate Prof. of Cardiology

3.. Dr. Hamid Mahmood Member

Additional Medical Superintendent (A)

4. Mr. Shaheen Iqbal Member

Deputy Drug Controller

S/d

Head of Institution,

Punjab Institute of Cardiology,

Lahore.

NO.PC/M.S/2012-2013/ DATED: / 02 / 2013.

Copy forwarded for information to:

1. P.A to Head of Institution, PIC, Lahore.

2. Director Finance, PIC, Lahore.

3. All Officers Concerned.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

TENDER MEDICINE IN BULK YEAR – 2012-2013

Financial Bid opening Meeting

ATTENDANCE SHEET DATED: 26/02/2013

MEDICAL SUPERINTENDENT CHAIRMAN

ADDL: MEDICAL SUPERINTENDENT (P) MEMBER

HRAD OF CARDIOLOGY MEMBER

DIRECTOR FINANCE MEMBER

DEPUTY DRUG CONTROLLER MEMBER

REPRESENTATIVE OF HEALTH DEPT. MEMBER

FIRMS ATTENDANCE

S. # FIRM NAME REPRESENTATIVE

Contact Number

01 M/s. Angels Enterprises

02 M/s. B. Braun,

03 M/s. Fynk Pharmaceuticals Co. Pvt. Ltd,

04 M/s. Nabi Qasim Industries

05 M/s. ATCO Laboratories Ltd,

06 M/s. Tread Pharmaceuticals Pakistan

07 M/s. Apsta International,

08 M/s. Chiesi Pharmacuticals Pvt. Ltd.,

09 M/s. Siza International,

10 M/s. BOSCh Pharmaceuticals Pvt. Ltd,

11 M/s. ZAM ZAM Corporation,

12 M/s. Summit Intertrade,

13 M/s. Novartis Pharma Pakistan Ltd.,

14 M/s. Pacific Pharmaceuticals Ltd.,

15 M/s. Sonafi Aventis Pakistan Ltd,

16 M/s. Benson Pharmaceutical,

17 M/s. ZAFA Pharmaceuticals Laboratories

REPRESENTATIVE

Contact Number

18 M/s. Medi Pharm Pvt. Ltd.,

19 M/s. Valor Pharmaceuticals,

20 M/s. Haji Medicines Co,

21 M/s. Pfizer Pakistan Ltd.,

22 M/s. Medera Pharmaceuticals Pvt. Ltd.,

23 M/s. Abbott Laboratories Pvt. Ltd.,

24 M/s. Saffron Pharmaceuticals Pvt. Ltd.

25 M/s. Brookes Pharma Pvt. Ltd,

26 M/s. Intra Health,

27 M/s. Reckit & Benckiser,

28 M/s. Maple Pharmaceuticals Pvt. Ltd.,

29 M/s. Mass Pharma Pvt. Ltd.,

30 M/s. Getz Pharma Pvt. Ltd.,

31 M/s. Gene Tech Laboratories,

32 M/s. PharmEvo,

33 M/s. Munawar Pharma Pvt. Ltd.,

34 M/s. Pak Punjab Cardex Medical System,

35 M/s. Shaigan Pharmaceuticals,

36 M/s. Hakim Sons (Impex) Pvt. Ltd.

37 M/s. Mediceena Pharma Pvt. Ltd.,

38 M/s. Mabro International,

39 M/s. Humanyon Dental Supplies,

40 M/s. ICI Pakistan Ltd.,

41 M/s. Stand Pharm Pakistan Pvt. Ltd.,

42 M/s. Glaxosmith Kline Pakistan,

43 M/s. A. J. & Company Pharmaceuticals,

44 M/s. Macter International Pvt. Ltd

45 M/s. Ali Gohar & Co.

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

To

M/s. Ontech Corporartion, B-90, Block – 10, Gulshan – e Iqbal, Karachi, Ph.#.021-4814955-58

.#.051-5519940-1

M/s. Saffron Pharmaceuticals Pvt. Ltd., 19-KM, Sheikkhupura Road, Faisalabad Ph.#.041-4364214 -

18

Subject: REDRESSEL COMMTTEE MEETING.

Reference your letters on the subject cited above.

A redressel committee meeting for the tender medicine in bulk for the year 2012-

2013 is scheduled to be held on 09/03/2013 at 10:30 a.m in the committee room under the

chairmanship of Prof. Dr. Shahnawaz, Prof. of Radiology, PIC, Lahore.

You are requested to appear before the undersigned on scheduled date and time.

Chairman Redressel Committee,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

Copy forwarded for information to:

Head of Institution, PIC, Lahore

Dr. Shahnawaz, Prof. of Radiology, PIC, Lahore.

Dr. Hassan un Banna, Associate Prof. of Cardiology, PIC, Lahore.

Mr. Shaheen Iqbal, Seputy Drug Controller, PIC, Lahore

Chairman Redressel Committee,

Punjab Institute of Cardiology,

Lahore.

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/ARC-16/Medicine/2012-13/ DATED: / 03 /2013.

To

M/s. Medinet Pharmaceuticals Pakistan Pvt. Ltd., Building #.601, Main Peshawar Road, Near

Rawalpindi Lane.#.5, Ph.#.051-35479019

M/s. Munawar Pharma Pvt. Ltd., 224-A, Ground Floor, New Muslim Town, Lahore Ph.35833792

M/s. Summit Intertrade16/80 Taxali Gate(Mason), Itehad Colony, Off Mohni Road, Lahore.

Ph.#.7230276

M/s. Pak Punjab Cardex Medical System, 202-Eden Heights, Jail Road, Lahore Ph/#/35717648

M/s. Shaigan Pharmaceuticals, 61-Bank Square market, Model Town, Lahore Ph.#.35855133

M/s. Ontech Corporartion, B-90, Block – 10, Gulshan – e Iqbal, Karachi, Ph.#.021-4814955-58

M/s. Obsons Pharmaceuticals, 209-S, Industrial Estate, Kot Lakhpat, Lahore Ph.#.042-35153571-2

M/s. Hakim Sons (Impex) Pvt. Ltd. 19-West Wharf Road, P.O.Box No. 5580, Karachi Ph.#. 021-

32314765-6

M/s. Muller & Phpps Pakistan Pvt. Ltd., Uzma Court, Main Clifton Road, P.O. Box.3880, Karachi

Ph#.021-35834471-3

M/s. Mediceena Pharma Pvt. Ltd., 84-C, New Muslim Town, Lahore Ph.#.35847581

M/s. Mabro International, L - 151, Ground Floor, Sehba Akhtar Road, Block13-G, Gulshan e

Iqbal, Karachi, Ph.#.021-34960116

M/s. Humanyon Dental Supplies, 43 - Mozang Road, Lahore Ph.#.36363763

M/s. ICI Pakistan Ltd., ICI House, 63 - 63 Mozang Road, Lahore Ph.#.111 100 200

M/s. Stand Pharm Pakistan Pvt. Ltd., 20 - KM, Feroz Pur Road, Lahore Ph.#.042-34814955-58

M/s. Glaxosmith Kline Pakistan, 27 - Industrial Estate Kot Lakhpat, Lahore Ph.#.042 -35111061-62

M/s. A. J. & Company Pharmaceuticals, Mandviwala Chamber, Talpur Road, Karachi, Ph.#.021-

2415851-641

M/s. Cirin Pharmaceuticals, 245-Street-11, Race Course, Rawalpindi Ph.#.051-5519940-1

M/s. Macter International Pvt. Ltd., F-216, S.I.T.E, Karachi, Ph.#.021-

Subject: PROVISION OF SHORT DOCUMENTS.

Reference your quotation for the tender medicine in bulk for the year 2012-2013.

Punjab Institute of Cardiology, Lahore is going to finalize the tender medicine in

bulk for the year 2012-2013.

In this context, you are requested to visit the purchase section of this institute to

provide the short documents uptill 29/11/2012 failing which it will be presumed that you are not

interested.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/ARC-16/Medicine/2012-13/ DATED: / 03 /2013.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore

2. Finance Director, PIC, Lahore.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

To

M/s. B. Braun, 108/4, J-Block, Johar Town, Lahore Ph.#.35863934

M/s. ATCO Laboratories Ltd, B-18, S.I.T.E, Karachi Ph.#.111 111 645

M/s. Chiesi Pharmacuticals Pvt. Ltd., 60/1A-XX-Phase-III, Khyaban e Iqbal, DHA, Lahore, Ph.#.35746796

M/s. BOSCh Pharmaceuticals Pvt. Ltd, 8-Modern Society, Tipu Sultan Road, Karachi, Ph.#.34543618

M/s. ZAM ZAM Corporation, Office No.205 - 206, Second Floor, Beaumont Plaza Plt No.6 S/CL – 10,

Beaumo, Karachi

M/s. Sonafi Aventis Pakistan Ltd, 23, Sector.#.22, Korangi Industrial Area, Karachi. Ph.#.021-35060221-35

M/s. ZAFA Pharmaceuticals Laboratories Pvt. Ltd., L-1 . B, Block-22, Federal “B” Industrial Area, Karachi

Ph.#.021-36349226-7

M/s. Fynk Pharmaceuticals Co.,. Pvt. Ltd, 299-Hadyat Ullah Block, Musrafa Town, Wahdar Road, Lahore

Ph.#.35427780-81

M/s. Medi Pharm Pvt. Ltd., 29-Ground Floor, Gohar Centre, Wahdat Road, Lahore Ph.#.5882906

M/s. Abbott Laboratories Pvt. Ltd., 8th Floor, Faysal House, SR-02, Shahrah-e-Faisal, Karachi, Ph.#.021-

32799018-9

M/s. Brookes Pharma Pvt. Ltd, Plot #. 58-59, Sector No.15, Korangi Industrial Area Karachi, Ph.#.35711243

M/s. Getz Pharma Pvt. Ltd., 29-30, Sector-27, Korangi Industrial Area, Karachi, Ph.#.021-4814955-58

M/s. Gene Tech Laboratories, 246 / B, P.E.C.H.S, Block-6, Karachi, Ph.#.021-34553415

M/s. Munawar Pharma Pvt. Ltd., 224-A, Ground Floor, New Muslim Town, Lahore Ph.35833792

M/s. Tread Pharmaceuticals Pakistan Pvt. Ltd, 1st Floor, Iqbal Complex, 60-Shadman Market, Lahore

Ph.#.37564108

M/s. Pak Punjab Cardex Medical System, 202-Eden Heights, Jail Road, Lahore Ph/#/35717648

M/s. Hakim Sons (Impex) Pvt. Ltd. 19-West Wharf Road, P.O.Box No. 5580, Karachi Ph.#. 021-32314765-6

M/s. Glaxosmith Kline Pakistan, 27 - Industrial Estate Kot Lakhpat, Lahore Ph.#.042 -35111061-62

M/s. A. J. & Company Pharmaceuticals, Mandviwala Chamber, Talpur Road, Karachi, Ph.#.021-

2415851-641

M/s. Tread Pharmaceuticals Pakistan Pvt. Ltd, 1st Floor, Iqbal Complex, 60-Shadman Market, Lahore

Ph.#.37564108

Subject: MEETING NOTICE.

Reference your quotations opened on 21/06/2012 and financial bids opening on

26/02/2013 for the tender medicine in bulk for the year 2012-2013, Punjab Institute of

Cardiology, Lahore is going to finalize the injectable items of medicine tender.

In this context, a tender committee meeting is hereby scheduled to be held on

09/03/2013 at 12:00 noon in the meeting room.

You are requested to attend the meeting on scheduled date and time.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore

2. Finance Director, PIC, Lahore.

3. Representative of Health Dept., Govt. of the Punjab, Health Dept., Lahore

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

TENDER MEDICINE IN BULK YEAR – 2012-2013

Redressel Committee

ATTENDANCE SHEET DATED: 09/03/2013

Prof. Dr. Shahnawaz Prof. of Radiology CHAIRMAN

Dr. Hamid Mahmood Addl: Medical

Superintendent (A)

MEMBER

Dr. Hassan Un Banna Associate Prof. fo

Cardiology

MEMBER

Mr. Shaheen Iqbal Deputy Drug

Controller

MEMBER

FIRMS ATTENDANCE

S. # FIRM NAME REPRESENTATIVE

CONTACT NUMBER

01 M/s. Saffron

02 M/s. Ontech,

03 M/s. PharmWise

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

TENDER MEDICINE IN BULK YEAR – 2012-2013

Tender Committee Meeting

ATTENDANCE SHEET DATED: 09/03/2013

Dr. Muhammad Javaid Medical Superintendent CHAIRMAN

Dr. Aslam Hameed Addl: Medical Superintendent

(P)

MEMBER

Mr. Hassan Latif Director Finance MEMBER

Mr. Shaheen Iqbal Deputy Drug Controller MEMBER

Representative of

Health Dept.

MEMBER

FIRMS ATTENDANCE

S. # FIRM NAME REPRESENTATIVE

CONTACT NUMBER

01 M/s. B. Braun

02 M/s. Atco Lab.

03 M/s. Cheisi

04 M/s. BOSCH

05 M/s. ZAM ZAM Corp.

06 M/s. Sanofi Aventis

07 M/s. ZAFA

08 M/s. Fynk Pharma

09 M/s. Medi Pharm

10 M/s. Abbott Lab.

11 M/s. Brookes Pharma

12 M/s. Getz

13 M/s. Gene Tech

14 M/s. Munwar Pharma

15 M/s. Tread Pharmaceuticals

16 M/s. Pak Punjab Cardex

17 M/s. Hakim Sons

18 M/s. GlaxoSmith Kline

19 M/s. A. J & Co.

Through Special Messenger / Regitered A.D.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

To

M/s. Macter International Pvt. Ltd., F-216, S.I.T.E, Karachi, Ph.#.021-

M/s. ICI Pakistan Ltd., ICI House, 63 - 63 Mozang Road, Lahore Ph.#.111 100 200

M/s. Stand Pharm Pakistan Pvt. Ltd., 20 - KM, Feroz Pur Road, Lahore Ph.#.042-34814955-58

M/s. Mediceena Pharma Pvt. Ltd., 84-C, New Muslim Town, Lahore Ph.#.35847581

M/s. Mabro International, L - 151, Ground Floor, Sehba Akhtar Road, Block13-G, Gulshan e Iqbal,

Karachi, Ph.#.021-34960116

M/s. Nabi Qasim Industries 5th Floor, Commerece Centre, Hasrat Mohani Road, Karachi Ph.#. 111-742-762

M/s. Novartis Pharma Pakistan Ltd., P15 – West Wharf Road, Karachi, Ph.#.021-32202071-80

M/s. Pacific Pharmaceuticals Ltd., 30th KM, Multan Road, Lahore Ph.#. 37540491-3

M/s. ATCO Laboratories Ltd, B-18, S.I.T.E, Karachi Ph.#.111 111 645

M/s. Siza International, 18-KM, Main Ferozpur Road, Lahore, Ph.#.35811172

M/s. Benson Pharmaceutical, Plot No.119, Street No. 8, 1 10/3, Industrial Area, Islamabad, Ph.#.4449914,

4448188

M/s. Valor Pharmaceuticals, Office No.20, OPP. Ayub National Park, Jehlum Road, Rawalpindi 051-5488288

M/s. Pfizer Pakistan Ltd., 12 - Dockyard Road, West Wharf, Karachi, Ph.#.021-32310056, 32200121-5

M/s. Medera Pharmaceuticals Pvt. Ltd., 249 - A, Industrial Triangle, Kahuta Road, Islamabad Ph.#.051-

4491045

M/s. Humanyon Dental Supplies, 43 - Mozang Road, Lahore Ph.#.36363763

M/s. Summit Intertrade16/80 Taxali Gate(Mason), Itehad Colony, Off Mohni Road, Lahore.

Ph.#.7230276

M/s. Reckit & Benckiser, 9th Floor, QM Building, Plot No.BC - 15, Block7, Clifton, Karachi, Ph.#.021-111

23 23 23

M/s. Maple Pharmaceuticals Pvt. Ltd., 147-Sector 23, Korangi Industrial Area Karachi, Ph.#.021-35056676

M/s. Mass Pharma Pvt. Ltd., 17 KM, Feroz Pur, Road, Lahore Ph.#.042-35824881-4

M/s. PharmEvo, 392-Mehran Block, Allama Iqbal Town, Lahore Ph.#.35416632-0321 - 4205253

M/s. Shaigan Pharmaceuticals, 61-Bank Square market, Model Town, Lahore Ph.#.35855133

M/s. BOSCh Pharmaceuticals Pvt. Ltd, 8-Modern Society, Tipu Sultan Road, Karachi, Ph.#.34543618

M/s. Sonafi Aventis Pakistan Ltd, 23, Sector.#.22, Korangi Industrial Area, Karachi. Ph.#.021-35060221-35

M/s. ZAFA Pharmaceuticals Laboratories Pvt. Ltd., L-1 . B, Block-22, Federal “B” Industrial Area, Karachi

Ph.#.021-36349226-7

M/s. Angels Enterprises, 70-L, Block – 6PECHS, Karachi, Ph.#.021-34540005 M/s. Fynk Pharmaceuticals Co.,. Pvt. Ltd, 299-Hadyat Ullah Block, Musrafa Town, Wahdar Road, Lahore

Ph.#.35427780-81

M/s. Getz Pharma Pvt. Ltd., 29-30, Sector-27, Korangi Industrial Area, Karachi, Ph.#.021-4814955-58

M/s. Munawar Pharma Pvt. Ltd., 224-A, Ground Floor, New Muslim Town, Lahore Ph.35833792

M/s. Tread Pharmaceuticals Pakistan Pvt. Ltd, 1st Floor, Iqbal Complex, 60-Shadman Market, Lahore

Ph.#.37564108

M/s. Glaxosmith Kline Pakistan, 27 - Industrial Estate Kot Lakhpat, Lahore Ph.#.042 -35111061-62

Subject: MEETING NOTICE.

Reference your quotations opened on 21/06/2012 and financial bids opening on

26/02/2013 for the tender medicine in bulk for the year 2012-2013, Punjab Institute of

Cardiology, Lahore is going to finalize the tablets and solution items of medicine tender.

In this context, a tender committee meeting is hereby scheduled to be held on

19/03/2013 at 12:00 noon in the meeting room.

You are requested to attend the meeting on scheduled date and time.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

No.PC/AT-16/Medicine/2012-13/ DATED: / 03 /2013.

Copy forwarded for information to:

1. Head of Institution, PIC, Lahore

2. Finance Director, PIC, Lahore.

3. Representative of Health Dept., Govt. of the Punjab, Health Dept., Lahore

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore.

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

M/s. Gene Tech Laboratories,

246 / B, P.E.C.H.S, Block-6, , Karachi, ,Ph.#. Ph.#.021-34553415

DELIVERY SCHEDULE

S.

#.

ITEM

NAME

STRENG

TH

DELIVERY DETAILS

4

9

Inj.

Streptoki

nase

1.5 miu i) 600 nos. from 18th March, 2013 to 30

th March, 2013.

ii) 600 nos. from 11st April, 2013 to 24

th April, 2013

iii) 600 nos. from 26th April, 2013 to 07

th May, 2013

iv) 700 nos. from 08th

May, 2013 to 15th May, 2013.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

M/s. Medi Pharm Pvt. Ltd.,

29-Ground Floor, Gohar Centre, Wahdat Road, , Lahore ,Ph.#. Ph.#.5882906

DELIVERY SCHEDULE

S.#. ITEM NAME STRENGT

H

DELIVERY DETAILS

22 Inj. Contrast Medium

Non Ionic

50 ml i) 300 nos. from 18th March, 2013 to 30

th March, 2013

ii) 300 nos. from 1st April, 2013 to 10

th April, 2013

iii) 300 nos. from 11th April, 2013 to 20

th April, 2013

iv) 300 nos. from 1st May, 2013 to 15

th May, 2013

23 Inj. Contrast Medium

Non Ionic

100 ml i) 1400 nos. from 18th March, 2013 to 30

th March, 2013

ii) 1400 nos. from 1st April, 2013 to 10

th April, 2013

iii) 1400 nos. from 11th April, 2013 to 20

th April, 2013

v) 1400 nos. from 21st April, 2013 to 30

th April, 2013.

vi) 1400 nos. from 1st May, 2013 to 15

th May, 2013.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore

OFFICE OF THE MEDICAL SUPERINTENDENT

PUNJAB INSTITUE OF ACRDIOLOGY, LAHORE PH.#.042-99200031,(Ext.313), 042-99203051, FAX 042-99203204

No.PC/AT-17/Pathology/2012-13/ DATED: / 06 /2013.

To

Section Officer (B& A),

Governement of the Punjab,

Health Department, Lahore

Subject: APPROVAL FOR SANCTION OF PURCHASE OF PATHOLOGY LAB KITS AND

CHEMICALS OF AMOUNTING TO Rs.62,63M689/-

Reference your letter No.SO(B&A) 28-4/2011 GOVERNEMENT OF THE PUNJAB, HEALTH

DEPARTMENT, Dted: Lahore, June3, 2013 on the subject cited above.

The required documents are attached.

This office purchased the lab kits and chemicals on FOR Basis.

Medical Superintendent,

Punjab Institute of Cardiology,

Lahore

PUNJAB INSTITUE OF CARDIOLOGY,

LAHORE Ph: No. 99203051 – 60

BIDDING DOCUMENTS

Bidding Documents of PIC, Lahore for General Store –

General items for the year 2013-2014.

Table of Contents

Instructions To Bidder ................................................................................................................. 5

General Instructions ....................................................................................................................... 5

1. Content of Bidding Documents ..................................................................................................... 5

2. Source of Funds ............................................................................................................................. 5

3. Eligible Bidders ............................................................................................................................. 5

4. Eligible Goods and Services ......................................................................................................... 5

5. Cost of Bidding ............................................................................................................................. 6

6. Clarification of Bidding Documents ............................................................................................. 6

7. Amendment of Bidding Documents .............................................................................................. 6

8. Qualification and disqualification of Bidders ................................................................................ 6

9. Corrupt or Fraudulent Practices .................................................................................................... 7

Preparation of Bids ........................................................................................................................ 7

10. Language of Bid ............................................................................................................................ 7

11. Documents Comprising the Bid .................................................................................................... 7

12. Bid Form and Price Schedule ........................................................................................................ 7

13. Bid Prices ...................................................................................................................................... 7

14. Bid Currencies ............................................................................................................................... 8

15. Documents Establishing Bidder‟s Eligibility and Qualification.................................................... 8

16. Documents Establishing Good‟s Eligibility and Conformity to Bidding Document .................... 9

17. Bid Security ................................................................................................................................... 9

18. Bid Validity ................................................................................................................................... 9

Submission of Bids ........................................................................................................................ 9

19. Format and Signing of Bid ............................................................................................................ 9

20. Sealing and Marking of Bids ......................................................................................................... 9

21. Deadline for Submission of Bids................................................................................................. 10

22. Late Bid ....................................................................................................................................... 10

23. Withdrawal of Bids ..................................................................................................................... 10

Bidding Procedure ....................................................................................................................... 10

24. Single stage-two envelops bidding procedure ............................................................................. 10

Opening and Evaluation of Bids .................................................................................................. 11

25. Opening of Bids by the Procuring Agency.................................................................................. 11

26. Clarification of Bids .................................................................................................................... 11

27. Preliminary Examination ............................................................................................................. 11

28. Evaluation and Comparison of Bids ............................................................................................ 12

29. Evaluation Criteria ...................................................................................................................... 12

30. Contracting the procuring agency ............................................................................................... 13

31. Rejection of bids ......................................................................................................................... 13

32. Re-bidding ....................................................................................................................... 13

33 Announcement of evaluation report ............................................................................................ 14

Award of contract

34 Acceptance of bid and award criteria ………………………………………………………………..

14

35 Procuring agency‟s right to very quantities at the time of award …………………………………. 14

36 Limitations of negotiation………………………………… …………… …………………

……………14

37 Notification of Awards ................................................................................................................ 14

38 Signing of Contract ..................................................................................................................... 14

39 Performance Guarantee ............................................................................................................... 14

40 Schedule of Requirements ........................................................................................................... 14

41 Redressal of grievances by the Procuring Agency ....................................................................................... 15

General Conditions of Contract ............................................................................................................. 16

1. Definitions .......................................................................................................................................... 16

2. Application ......................................................................................................................................... 16

3. Country of Origin ............................................................................................................................... 16

4. Standards ............................................................................................................................................ 16

5. Use of Contract Documents and Information ..................................................................................... 16

6. Patent Rights ...................................................................................................................................... 17

7. Submission of Samples ...................................................................................................................... 17

8. Ensuring storage/installation arrangements ........................................................................................ 17

9. Inspection and Tests ........................................................................................................................... 17

10. Physical examination/inspection of goods ......................................................................................... 17

11. Delivery of Documents ...................................................................................................................... 17

12. Insurance ............................................................................................................................................ 18

13. Transportation .................................................................................................................................... 18

14. Incidental Services ............................................................................................................................. 18

15. Warranty ............................................................................................................................................. 18

16. Payment .............................................................................................................................................. 18

17. Prices .................................................................................................................................................. 18

18. Contract Amendments ........................................................................................................................ 18

19. Assignment ......................................................................................................................................... 19

20. Subcontracts ....................................................................................................................................... 19

21. Delays in the Supplier‟s Performance ................................................................................................ 19

22. Penalties/liquidated Damages ............................................................................................................. 19

23. Termination for Default ...................................................................................................................... 19

24. Force Majeure .................................................................................................................................... 19

25. Termination for Insolvency ................................................................................................................ 20

26. Arbitration and Resolution of Disputes .............................................................................................. 20

27. Governing Language .......................................................................................................................... 20

28. Applicable Law .................................................................................................................................. 20

29. Notices ................................................................................................................................................ 20

Special Conditions of Contract .............................................................................................................. 21

Annexures

1. Invitation for Bids for Procurement of Medical Equipment ............................................................... 25

2. Performance Guarantee Form ............................................................................................................. 26

3. Manufacturer‟s Authorization Form ................................................................................................... 27

4. Joint Venture/ Consortium/ Alliance Form ........................................................................................ 28

5. Contract Form .................................................................................................................................... 29

6. Bid Form ............................................................................................................................................ 32

7. Price Schedule-A (05-Years Warranty for DDP items) ...................................................................... 33

8. Price Schedule-B (05-Years Warranty for CIF items)........................................................................ 34

A. Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding

documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Instructions to Bidders (ITB);

(b) General Conditions of Contract (GCC);

(c) Special Conditions of Contract (SCC);

(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.

1.2 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 in 1.1 said Bidding Documents shall take precedence.

1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the

bidding documents. Failure to furnish all information required by the bidding documents or to submit

a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder‟s

risk and may result in the rejection of its bid.

2. Source of Funds

2.1 The Government of Punjab has allocated funds to the institution for purchase of medical

equipment and other items under the relevant head of Account during the financial year 2012-2013

(herein referred to as the “Procuring Agency”).

3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Agents of Foreign

manufacturers in Pakistan for supply of goods. The alliance/ consortium in the form of lead contractor

and sub-contractors and joint venture of local agents to complete a package will also be considered as

eligible.

3.2 The bidder must possess valid legal enforceable authorization from the Foreign Manufacturer;

they should have a documentary proof to the effect that they are the original Manufacturer of the

required goods.

3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices

issued by any Government (Federal, Provincial), a local body or a public sector organization.

4. Eligible Goods and Services

4.1 All goods and related services to be supplied under the contract shall have their origin of

manufacturers in USA, Europe and Japan unless otherwise mentioned against specifications of

the items and all expenditures made under the contract shall be limited to such goods and services.

4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of

this Invitation for Bids and (b) the term “Services” includes related services such as

transportation, insurance, after sale service, spare parts availability, etc. For purposes of this

clause, “origin” means the place where the goods are mined, grown, or produced, or the place

from which the related services are supplied. In case of the “manufacturer” the “origin” means

the firm is based and registered in that country and registered with their stock exchange.

Goods are produced when, through manufacturing or processing, or substantial and major

assembly of components, a commercially recognized product is produced that is substantially

different in basic characteristics or in purpose or utility from its components.

5. Cost of Bidding

5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and

the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the

conduct or outcome of the bidding process.

6. Clarification of Bidding Documents

6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the

Procuring Agency in writing at the Procuring Agency‟s address indicated in the Invitation for Bids.

The Procuring Agency shall respond in writing to any request for clarification of the bidding

documents, which it receives not later than ten (10) days prior to the deadline for the submission of

bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency‟s response

(including an explanation of the query but without identifying the source of inquiry) shall be sent to all

prospective Bidders that have received the bidding documents.

7. Amendment of Bidding Documents

7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any

reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder,

may modify the bidding documents by amendment.

7.2 All prospective Bidders that have received the bidding documents shall be notified of the

amendment in writing or by cable or by phone, and shall be binding on them.

7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into

account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for

the submission of bids. Amendment notice to that effect shall be communicated in the same manner as

the original invitation to bid.

8. Qualification and Disqualification of Bidders

8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction

whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is

qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause

29.2.

8.2 The determination shall take into account the Bidder‟s financial, technical or production

capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts,

engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop

facilities to provide the after sales services. It shall be based upon an examination of the documentary

evidence of the Bidder‟s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well

as such other information/ premises visit as the Procuring Agency deems necessary and appropriate.

8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder.

A negative determination shall result in rejection of the Bidder‟s bid, in which event the Procuring

Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder‟s

capabilities to perform satisfactorily.

8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons

for or prima facie evidence of any defect in Supplier‟s capacities may require the Suppliers to provide

information concerning their professional, technical, financial, legal or managerial competence.

8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information

submitted by him concerning his qualification as Supplier was false and materially inaccurate or

incomplete.

8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to

be indulging in corrupt or fraudulent practices shall be black listed.

9. Corrupt or Fraudulent Practices

9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest

standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy,

the Procuring Agency:

a. defines, for the purposes of this provision, the terms set forth below as follows:

I. “corrupt practice” means the offering, giving, receiving or soliciting of any thing of

value to influence the action of a public official in the procurement process or in

Contract execution; and

II. “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a Contract to the detriment of the Procuring

Agency, and includes collusive practice among Bidders (prior to or after bid

submission) designed to establish bid prices at artificial non-competitive levels and to

deprive the Procuring Agency of the benefits of free and open competition;

b. shall reject a proposal for Award if it determines that the Bidder recommended for award

has engaged in corrupt or fraudulent practices in competing for the Contract in question;

shall declare a firm ineligible, either indefinitely or for a stated period of time, to be

awarded a Contract if it at any time determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid

10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the

bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting

documents and printed literature furnished by the Bidder may be in another language provided they are

accompanied by an accurate translation of the relevant passages in English, in which case, for

purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid

11.1 The bid prepared by the Bidder shall comprise the following components:

(a) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to

be submitted along with financial proposal);

(b) Documentary evidence established in accordance with ITB Clause 15 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 ITB Clause 15 that the goods to be

supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule

12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the

bidding documents (Annexure A Form), indicating the goods to be supplied, a brief description of the

goods, specifications, taxes, quantity, and prices.

13. Bid Prices

13.1 The Bidder shall indicate on the Price Schedule the unit prices and total Package Price of the

goods, it proposes to supply under the Contract.

13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/

correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid

number of the quoted item may be marked or highlighted with red/yellow marker.

13.3 The Bidder should quote the prices of goods according to the technical specifications for

complete package. The specifications of goods, different from the demand of enquiry and packaged

items, shall straightway be rejected.

13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and

duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered

as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or

other taxes shall be passed on to the Procuring Agency.

13.5 Prices offered should be for the entire package demanded; partial quantity/package offer shall

straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder.

13.6 While tendering your quotation, the present trend/ inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in the

cost of goods and services shall be entertained after the bid has been submitted.

14. Bid Currencies

14.1 Prices shall be quoted in Pak Rupees in case of Local /imported minor products free delivery

basis (DDP). For imported products it may be in $, £, € and ¥.

14.2 State Bank of Pakistan‟s foreign currency selling rate will be considered from the date of

opening of financial bid for comparison purposes.

14.3 The price for complete Package will be considered for determining the lowest bidder.

15. Documents Establishing Bidder’s Eligibility and Qualification

15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder‟s

eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

15.2 The documentary evidence of the Bidder‟s eligibility to bid shall establish to the Procuring

Agency‟s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined

under ITB Clause 3.

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of

qualification and technical evaluation shall include:

(a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in

case of Manufacturer, documentary proof to the effect that they are the original Manufacturer

of the required goods shall be provided, or joint venture/consortium/alliance of the local

agents/manufacturers.

(b) National Tax Number (NTN) and General Sales Tax Number with documentary proof shall

have to be provided by the bidder and in case of alliance; the Lead Bidder.

(c) The Lead Bidder shall submit an affidavit on legal stamp paper of Rs. 20/- that their firm or

any one from the alliance has not been blacklisted in the past on any ground by any

Government (Federal, Provincial), a local body or a public sector organization. On account of

submission of false statement the Bidder shall be disqualified forthwith and subsequently

black listed.

(d) The Lead bidder should have strong engineering background and necessary tools/ test

equipment, trained staff for after sales services.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender

number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the goods, capacity of production of the firm

(in case of manufacturer), its financial status, necessary assurance of quality production,

Certificate(s) for conformity with International standards of Quality (FDA 510k, MDD or

MHLW (Ministry of Health, Labour and Welfare) and list of qualified technical persons along

with qualification and trainings, payroll details of staff, list of main service, testing and

calibration tools and supervisory staff working in the production and quality control

departments in the manufacturing plants.

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents

16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of

its bid, documents establishing the eligibility and conformity to the bidding documents of all goods,

which the Bidder proposes to supply under the Contract.

16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the

Price Schedule of the country of origin of the goods offered.

16.3 Submission of sample if so required by the Technical Committee, the bidder shall provide a

sample or demonstration as the case may be for satisfaction of the Committee.

16.4 Alternative bids are not allowed.

17. Bid Security

17.1 Bid Security is 2% of the package price in the shape of Bank Guarantee or CDR. Bid Security

amounting to less than 2% shall not be acceptable.

18. Bid Validity

18.1 Bids shall remain valid for a period of Sixty (60) days after opening of Technical Bid

prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring

Agency as non-responsive.

18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid

within the stipulated bid validity period. However, under exceptional circumstances and for reasons to

be recorded in writing, if an extension is considered necessary, all those who have submitted their bids

shall be asked to extend their respective bid validity period. Such extension shall be for not more than

the period equal to the period of the original bid validity. Such extension shall not be for more than the

period equal to the period of the original bid validity.

18.3 Bidders who,

(a) agree to the Procuring Agency‟s request for extension of bid validity period shall not be

permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their

bids, if any.

Submission of Bids 19. Format and Signing of Bid

19.1 The bid shall be d and shall be signed by the Bidder or Lead Bidder (in case of alliance) or a

person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing

the bid shall initial all pages of the bid.

19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the

person or persons signing the bid.

19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of

Lead Bidder.

19.4 In case of Alliance/Joint Venture/ Consortium; JV deed will be the part of the bid as per specimen

contained in the Bidding Documents (an alliance/ joint venture/ consortium may be formed if the firms are

contributing more than 50% of the total value of major items of the package to complete the package.

20. Sealing and Marking of Bids

20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an

outer envelope. It should contain the package name and its number.

20.2 The inner and outer envelopes shall:

a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be

inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and

the date specified in the invitation for Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder/ Lead Bidder to

enable the bid to be returned unopened in case it is declared as non-responsive or late.

20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency

shall assume no responsibility for the bid‟s misplacement or premature opening.

21. Deadline for Submission of Bids

21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address

specified under ITB Clause 19.1 not later than the time and date specified in the Invitation for Bids.

21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids

by amending the bidding documents in accordance with ITB Clause 7 , in which case all rights and

obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be

subject to the deadline as extended.

22. Late Bid

22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed

by the Procuring Agency pursuant to ITB Clause 21 shall be rejected and returned unopened to the

Bidder.

23. Withdrawal of Bids

23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid.

23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the

expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this

interval will make the bidder eligible to be debarred for further procurements for a period as deem

necessary by the Procuring Agency.

The Bidding Procedure 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied:

(i) The bid shall comprise a single package containing two separate envelopes. Each

envelope shall contain separately the financial proposal and the technical proposal;

(ii) the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” in bold and legible letters to avoid confusion;

(iii) initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;

(iv) the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Procuring Agency without being opened;

(v) 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;

(vi) during the technical evaluation no amendments in the technical proposal shall be

permitted;

(vii) the financial proposals of bids shall be opened publicly at a time, date and venue to be

announced and communicated to the Bidders in advance;

(viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at

a time within the bid validity period, publicly open the financial proposals of the

technically accepted bids only. The financial proposal of bids found technically non-

responsive shall be returned un-opened to the respective Bidders; and

(ix) The bid found to be the lowest evaluated bid shall be accepted.

Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency

25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL

PROPOSAL and Package Number” in the presence of Bidders‟ representatives who choose to attend,

at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders‟

representatives who are present shall sign the Attendance Sheet as evidence of their attendance.

However, the envelope marked as “FINANCIAL PROPOSAL and package no.” shall remain

unopened and shall be retained in safe custody of the Procuring Agency till completion of the

evaluation process.

25.2 The Bidders‟ names, item(s) for which they quoted their rate and such other details as the

Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of

technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids,

which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening

financial proposals (the date, time and venue would be announced later on), the bid prices, discounts

(if any), and the presence or absence of requisite bid Security and such other details as the Procuring

Agency, at its discretion, may consider appropriate, shall be announced.

25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the

financial proposal bid opening.

26. Clarification of Bids

26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a

clarification of its bid. The request for clarification and the response shall be in writing, and no change

in the prices or substance of bid like indication of make/model/brand etc. shall be sought, offered, or

permitted.

27. Preliminary Examination

27.1 The Procuring Agency shall examine the bids to determine whether they are complete,

whether any computational errors have been made (at the time of opening the financial proposal),

whether required sureties have been furnished, whether the documents have been properly signed, and

whether the bids are generally in order.

27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall

be rectified on the following basis. If there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total

price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall

be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.

27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a

bid which does not constitute a material deviation (or changes the substance of the bid), provided such

waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall

determine the substantial responsiveness of each bid to the bidding documents. For purposes of these

Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the

bidding documents without material deviations. Deviations from, or objections or reservations to

critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring

Agency‟s determination of a bid‟s responsiveness is to be based on the contents of the bid itself

without recourse to extrinsic evidence.

27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may

not subsequently be made responsive by the Bidder by correction of the nonconformity.

28. Evaluation and Comparison of Bids

28.1 The Procuring Agency shall evaluate and compare the bids on the basis of all items of the

package(s), which have been determined to be substantially responsive, pursuant to ITB Clause 25.

28.2 The Procuring Agency‟s evaluation of technical proposal/ bid shall be on the basis of previous

performances, test reports, inspection of plant/ factory/ premises, previous experience of similar

contracts, availability of engineering staff and their capabilities, inventory of spare parts, workshop

facility to provide the after sales services, financial soundness and such other details as already

highlighted. However, the evaluation of financial proposal shall be on the basis of price.

28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and

other terms and conditions set forth in these bidding documents.

28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted

in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13. The

rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the

bidding documents, as notified by the State Bank of Pakistan on that day.

28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those

rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria

29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as

previous performances, previous experience, engineering/ technical capabilities, repair/

calibration tool, workshop facilities, financial soundness and such other details as the Procuring

Agency at its discretion, may consider appropriate shall be taken into consideration and these

should be available with the bidders/ lead bidder in case of alliance/association. The following

evaluation factors/ criteria will be employed on technical proposals.

29.2 Technical Evaluation Criteria

TECHNICAL EVALUATION CRITERIA

29.2.1 For evaluation of bids KNOCKED DOWN CRITERIA will be applied. The bids

conforming to the specifications and pre-requisite conditions indicated with specification of

each package will be considered for further technical evaluation.

29.2.2 Submission of legally enforceable authorization letter of manufacturer assuring full

guarantee and warranty obligations.

29.2.3 The products offered from foreign countries of Europe, USA and Japan shall be

eligible to participate and must bear FDA510k, MDD or MHLW (Ministry of Health, Labour

and Welfare) standard and those products should be marketed world widely. (The product

manufactured and marketed for certain region shall be knocked down).

29.2.4 Infrastructure for execution of after sales services mentioned by the bidders shall be

evaluated for its suitability as per provisions given in specification of each package and other

requirements mentioned in the bidding documents.

29.2.5 The firms shall also declare the make, model, country of origin of all accessories to be

provided with the equipment.

29.2.6 The Procuring Agency has the right to inspect the premises of bidders to inspect their

premises/ setups ensuring proper after sales services.

An affidavit from lead bidder and joint venture firms shall be submitted on stamp paper of

Rs.20/- stating that their firm (s) has never been blacklisted by any of the Federal and

Provincial Government or organizations of the State/ Central Government in Pakistan in

the past three years.

29.2.7 Bidders are required to submit the following information in the following format

along with documentary evidence as under. Additional column / rows can be added as per no.

of Consortium/JV.

a) Profile of the Bidder

Sr.# Particulars Bidder

1. Name of the company

2. Registered Office

Address

Office Telephone Number

Fax Number

3. Contact Person

Name

Personal Telephone Number

Email Address

4. Local office if any

Address

Office Telephone Number

Fax Number

5. Bid Signing Authority

Name

Address

Personal Telephone Number

Email Address

Please enclose Authorization or Power of Attorney to sign and

submit the Bidding (written evidence)

6. Address for communication under the current Bidding

7. Registration Details

NTN Registration Number

GST Registration Number

Banker‟s Name, Address and Account Numbers b) Bid Security

# Particulars Please furnish details

1. Name of the Bank

2. CDR / Bank Guarantee

3. Date c) Details of audit Report and Balance Sheet (last three years)

# Audited reports and Balance Sheets Lead Bidder

1. 2012-13

2. 2011-12

3. 2010-11

4. Please enclose audited reports and annual balance sheets. d) Details about Income Return Tax (last three years

# Audited years Lead Bidder

1. 2012-13

2. 2011-12

3. 2010-11

4. Please enclose Income Tax Returns

e) Details about Annual Turnover (last three years).

# Audited years Lead Bidder

1. 2012-13

2. 2011-12

3. 2010-110

29.3 Financial proposals would be evaluated as follows:

i) After technical evaluation is completed, the Procuring Agency shall notify the date,

time and location for opening of the financial proposals. Bidders‟ attendance at the

opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders‟

representatives who choose to attend. The name of the bidders shall be read aloud.

The financial proposal of the technically responsive bidders shall then be inspected

to confirm that they have remained sealed and unopened (financial proposals of

technically non-responsive Bidders shall be returned unopened). These financial

proposals shall be then opened, and the total prices read aloud and recorded.

iii) Incomplete bid shall stand rejected. All items described in the technical proposal

must be priced in financial proposal. Items described in the technical proposal but

not priced, shall be assumed to be included in the price of other items.

iv) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the

substances of the financial bid may be corrected by the Procuring Agency. When

correcting computation error in case of discrepancy between a partial amount and

the total amount or between the words and figures, the formers will prevail.

v) The bidders will quote the respective Price Schedules for DDP/CIF items for

complete package. The total price of the package will be calculated by converting

the price to single currency (Pak Rs.) on the rate of date of opening of Financial

Proposal.

vi) Price Schedule for Standard Warranty of 05 Years is required to be filled in.

30. Contacting the Procuring Agency

30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time

of the bid opening to the time the Contract is awarded.

30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation,

bid comparison, or Contract Award will result in the rejection of the Bidder‟s bid and subsequent

black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

31. Rejection of Bids

31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid.

The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the

grounds for its rejection of any or all bids, but is not required to justify those grounds.

31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards

Bidders who have submitted bids.

31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that

submitted bids.

31.4 The items contained in the package should be bid in total and technical rejection of any item

not complying with the technical specifications may lead to the rejection of complete package.

32. Re-Bidding

32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re-

bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative

methods of procurement.

32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection

and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem

necessary.

33. Announcement of Evaluation Report

33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving

justification for acceptance or rejection of bids at least ten days prior to the award of procurement

Contract.

Award of Contract 34. Acceptance of Bid and Award criteria

34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other

law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original

or extended period of bid validity for complete package.

35. Procuring Agency’s right to vary quantities at time of Award

35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease,

the quantity of goods originally specified in the Price Schedule and Schedule of Requirements without

any change in unit price or other terms and conditions.

36 Limitations on Negotiations

36.1 Save as otherwise provided there shall be no negotiations with the bidder having submitted the

lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible

shall be subject to the regulations issued by the PPRA.

37. Notification of Award

37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the

successful Bidder in writing by registered letter that its bid has been accepted.

37.2 The notification of Award shall constitute the formation of the Contract.

38. Signing of Contract

38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been

accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding

documents, incorporating all agreements between the Parties.

38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the

Procuring Agency shall sign and date the Contract. The Procuring Agency shall issue Purchase Order

on the same date of signing of Contract after ensuring the submission of Bank Security for execution

of the contract by the Contractor. If the successful Bidder, after completion of all codal formalities

shows inability to sign the Contract then their Bid Security/ Earnest Money/ Contract Security to the

extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for

three years for future participation. In such situation the Procuring Agency may make the Award to the

next lowest evaluated Bidder or call for re-bidding.

39. Performance Guarantee

39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance

Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance

Guarantee/Security Form. The Performance Guarantee will be 5% of the contract amount. The

performance security shall be deposited in the shape of Deposit at Call/ Bank Guarantee.

39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB

Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the

Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding.

40. Schedule of Requirement

40.1 The supplies shall be delivered/ shipped within 90 to 105 days w.e.f the next date after the

date of issue of Purchase Order (without penalty)/ opening of LC, and with prescribed penalty, as per

following schedule of requirement:

Mode of penalty Shipping Period Grace Period Total Period

Without Penalty 90 Days 15 days 105

40.2 In case of late delivery of goods beyond the periods specified in the Schedule of

Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order value for

late delivered supply shall be imposed upon the Supplier.

41. Redressal of grievances by the Procuring Agency

41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons,

with proper powers and authorizations, to address the complaints of bidders that may occur prior to the

entry into force of the procurement contract.

41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his

bid may lodge a written complaint concerning his grievances not later than fifteen days after the

announcement of the bid evaluation report under rule35.

41.3 The committee shall investigate and decide upon the complaint within fifteen days of the

receipt of the complaint.

41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process.

41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may

lodge an appeal in the relevant court of jurisdiction.

B. General Conditions of Contract (GCC)

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the Procuring Agency and the

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 Contract Price” means the price payable to the Supplier under the Contract for the full

and proper performance of its contractual obligations.

c. “The Goods” means electro medical equipment and other items which the Supplier is required

to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above goods, such as printing

of special instructions on the label and packing, design and logo of the Institute/ Hospital,

Insurance, transportation of goods up to the desired destinations, commissioning, training and

other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section.

f. “SCC” means the Special Conditions of Contract.

g. “The Procuring Agency” means the Secretary Health, Government of the Punjab.

h. “The Procuring Agency‟s Country” is the country named in SCC

i. “The Supplier” means the individual or firms or joint venture supplying the goods under this

Contract.

j. “Day” means calendar day.

2. Application

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions

of other parts of the Contract.

3. Country of Origin

3.1 All goods and related services to be supplied under the contract shall have their origin of

manufacturer in USA, Europe and Japan; registered in that country and registered with their stock

exchange, unless otherwise mentioned against the items and all expenditures made under the contract

shall be limited to such goods and services.

4. Standards

4.1 The imported goods supplied under this Contract shall conform to FDA 510k/FDA, CE or

MHLW (Ministry of Health, Labour and Welfare).

5. Use of Contract Documents and Information

5.1 The Supplier shall not, without the Procuring Agency‟s prior written consent, disclose the

Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information

furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a

person employed by the Supplier in the performance of the Contract. Disclosure to any such employed

person shall be made in confidence and shall extend only so far as may be necessary for purposes of

such performance.

5.2 The Supplier shall not, without the Procuring Agency‟s prior written consent, make use of any

document or information enumerated in GCC Clause 5.1 except for purposes of performing the

Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the

property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on

completion of the Supplier‟s performance under the Contract if so required by the Procuring Agency.

6. Patent Rights

6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of

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

thereof in the country.

7. Submission of Samples

7.1 The samples shall be submitted as per detail in ITB 16.3.

8. Ensuring Storage/ Installation Arrangements

8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall

inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by

the given time frame he shall not be penalized for delay.

8.2 In case of late delivery of goods beyond the periods specified in the Schedule of

Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order value for

late delivered supply shall be imposed upon the Supplier.

9. Inspections and Tests

9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the

goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring

Agency.

9.2. For the purpose of inspections and tests of equipment. The Supplier, shall furnish all

reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. In the

event that inspection & testing is required prior to dispatch and categorically mentioned in the LC

clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in

respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in

conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on

account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier.

9.3 The Procuring Agency‟s right to inspect, test and, where necessary, reject the goods after the

goods have been installed at Procuring Agency‟s destinations.

9.4 The Procuring Agency‟s right to inspect the premises of bidders/ lead bidders/ firms of

alliance to inspect their premises/ setups ensuring proper after sales services.

9.5 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other

obligations under this Contract.

10. Physical Examination/ Inspection of Goods

10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with

the approved sample as decided by the Procuring Agency.

10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of

the equipment/ goods as per contracted specifications and installation protocols recommended by the

manufacturers.

11. Delivery and Documents

11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall

make delivery of the goods which is maximum 90-days from the date of signing of this contract or

opening of LC. The details of original documents to be furnished by the Supplier are as follows;

a. Operational Manuals of the medical equipment

b. Service Manuals indicating step by step service/ maintenance protocols of each of the

medical equipment.

c. Service Codes of Digital/ Computer controlled equipment

Periodic Preventive Maintenance schedules with recommended list of parts/ kits to be replaced during

PPM.

d. A copy of Test/ Inspection Procedure Manual of all equipment as duly recommended by

the manufacturer. All related test equipment will be made available at the time of

installation, testing and commissioning by the firm.

e. Product model and part numbers, bar code (If available) and Catalogue

12. Insurance

12.1 The goods supplied under the Contract shall be delivered duty paid (DDP)/ C&F under which

risk is transferred to the buyer after having been delivered; hence, marine and inland insurance

coverage is Supplier‟s responsibility. The Supplier shall ensure insurance in advance in full on

prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for

which the cost is inclusive in the Contract Price. The value for the purpose of insurance shall be 10%

more than the value of goods in the contract.

13. Transportation

13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their

damage or deterioration during transit to their final destination as indicated in the Schedule of

Requirement.

13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the

Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/

offices shall be provided at the time signing of Contract.

14. Incidental Services

14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such

incidental services include in total Contract price.

14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it,

as the Contract shall be construed as fixed amount Contract and includes all costs.

14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no

amount to be given in any case except the Contracted amount.

14.4 All Custom Duties, if any, Octroi, Clearing Charges, transportation etc will be borne by the

Contracting firm. However, Procuring Agency will provide all necessary documents for facilitation

but no amount to be given in any case except the Contracted amount.

15. Warranty

15.1 A comprehensive warranty of three years will be provided free of cost including parts, labour.

16. Payment

16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be

specified in SCC. The currency of payment is Pak Rupees which will be paid after installation and

satisfactory report by the Inspection Committee for Delivered Duty Paid (DDP)/free delivery at the

consignee end.

16.2 In case of Import cases the payment will be made 100% via establishing the LC at sight and

receiving shipping documents/ Bill of lading, Insurance, Inspection certificate of the manufacturer,

Country of origin, compliance of International standards of quality as per INCOTERMS of latest

version.

16.3 In case of locally manufactured items the supplier shall submit prototype samples for the

approval of inspection committee prior to final supply.

17. Prices

17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the

prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity

period provided the Procuring Agency‟s request for bid validity extension.

18. Contract Amendments

18.1 No variation in or modification of the terms of the Contract shall be made.

18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions

where the manufacturer has stopped producing or suspended that model or non availability due to

international mergers of the manufacturers or similar unavoidable constraints.

19. Assignment

19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this

Contract, except with the Procuring Agency‟s prior written consent.

20. Subcontracts

20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract

except the firms involved in the Joint Venture/ Consortium.

21. Delays in the Supplier’s Performance

21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule

prescribed by the Procuring Agency in the Schedule of Requirements.

21.2 If at any time during performance of the Contract, the Supplier should encounter conditions

impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in

writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt

of the Supplier‟s notice, the Procuring Agency shall evaluate the situation and may at its discretion

extend the Supplier‟s time for performance, with or without liquidated damages, in which case the

extension shall be ratified by the Parties by amendment of Contract.

21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its

delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant

to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without

the application of liquidated damages.

22. Penalties/Liquidated Damages

22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be

imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause

24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring

Agency may consider termination of the Contract pursuant to GCC Clause 23.

22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase

(which will be purchased by the indenter) the price difference shall be paid by the Firm.

23. Termination for Default

23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by

written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

a. if the Supplier fails to 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

pursuant to GCC Clause 8.2; or

b. if the Supplier fails to perform any other obligation(s) under the Contract.

if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices

in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice”

means the offering, giving, receiving or soliciting of any thing of value to influence the action of a

public official in the procurement process or in Contract execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a Contract to the detriment of the Procuring

Agency, and includes collusive practice among Bidders (prior to or after bid submission)

designed to establish bid prices at artificial non-competitive levels and to deprive the

Procuring Agency of the benefits of free and open competition.

24. Force Majeure

24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable

for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and

to the extent that its delay in performance or other failure to perform its obligations under the Contract

is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act

of God or an event beyond the control of the Supplier and not involving the Supplier‟s fault or

negligence directly or indirectly purporting to 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 embargoes. If a Force Majeure situation arises, the Supplier shall promptly

notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the

cause thereof. The Committee of Ministry of Health, 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.

25. Termination for Insolvency

25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one

month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier, provided that such termination shall not

prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the

Parties.

26. Arbitration and Resolution of Disputes

26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct

informal negotiation any disagreement or dispute arising between them under or in connection with

the Contract.

26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring

Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may

require that the dispute be referred to the Arbitrator for resolution through arbitration.

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

settled through arbitration. Additional Chief Secretary, Government of the Punjab, Civil Secretariat,

Lahore shall act as arbitrator. The decisions of the arbitrator shall be final and binding on the Parties.

27. Governing Language

27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of

the Contract written in the specified language shall govern its interpretation. All correspondence and

other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in

English.

28. Applicable Law

28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

29. Notices

29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other

party in writing and confirmed to other party‟s address specified in SCC.

29.2 A notice shall be effective when delivered or on the notice‟s effective date, whichever is later.

Special Conditions of Contract (SCC)

Special Conditions of Contract shall be concluded between the Procuring Agency and the

successful bidder(s) as per specific requirement of the specific Product. In case where there is a

conflict between the general conditions of the contract and the special conditions of contract, the

special condition of contract shall prevail.

1. General:

1.1 The imported goods shall be of USA, European or Japanese Origin firms; however their

delivery/ provision may vary according to geographical location their factories.

1.2 The fee of all necessary licenses required to install and operate the equipment shall be born by

the Supplier and Procuring agency will facilitate through documents only.

1.3 The Bank Guaranty will be discharged after successful installation, commissioning, servicing

and completion of 05-years comprehensive warranty Period. A clearance letter will be issued by the

head of concerned institution.

1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and

charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octri,

licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and

charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the

Procuring Agency will not pay any amount over this contracted amount whether in case of CIF or free

delivery consignments.

1.5 The Supplier shall arrange the necessary arrangements for training of hospital staff including

doctors, technician, paramedical staff and biomedical engineers.

2. Insurance of Local Goods

2.1 Insurance of Local Goods and other materials from factory to Site shall include all insurance

costs covering the responsibility of all losses or damages, while loading, unloading, storing, trimming

on the carrier and transporting to Site up to the installation, testing & commissioning of the medical

equipment.

2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports

(when applicable) shall be the Contractor‟s responsibility.

2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance

Company (NIC) of Pakistan or any other insurance company operating in Pakistan acceptable to the

Procuring Agency.

3. Payment

3.1 In case of imported goods; the payment will be made 100% via establishing the LC at sight

and receiving of mentioned documents. The payment will be made in the following manner through a

letter of credit to be opened by the Procuring Agency as per following payment details. The details of

amount to be paid to manufacturer / beneficiaries, along with product, make/model, is placed at

Annex-

3.2 The detail of Local and LC items has been indicated for execution. The amount of locally

provided items will be paid after the inspection as per inspection details.

3.3 The amount of Letter of Credit shall be paid to beneficiary on production of the following

non-negotiable documents.

i. Draft.

ii. Three original and two copies of the Supplier's Invoice showing purchaser as Secretary,

Health, Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit

price and total amount. Invoice must be signed in original stamped or sealed with company

stamp or seal.

Four Copies of packing list identifying content of each package. One original and two copies

of the negotiable, clean, on board through bill of lading marked “freight prepaid” and showing

purchaser as Secretary Health.

iii. Copy of insurance certificate showing purchaser as the beneficiary;

iv. The original of the manufacturer‟s warranty certificate covering all items supplied;

v. One original copy of the Supplier‟s Certificate of origin covering all items supplied.

vi. Test/ Inspection Certificate of manufacturers.

vii. Manufacturer's Guarantee Certificate to the effect that:

a) the goods supplied by them are strictly in conformity with the specifications stipulated in

the contract.

b) the goods have been packed and marked suitable for transport by Sea, Rail, Road and Air

in terms of the contract.

c) the stores supplied by them are brand new and absolutely free from any material or

manufacturing defects.

d) Manufacturer's test certificate in respect of each consignment.

4. Execution of Warranty

4.1 A Log Book for each of the equipment shall be maintained by the Biomedical Engineer/

Technical Coordinator of the Supplier and Enduser/Biomedical Engineer of the Hospital jointly. This

will include the name of the equipment, down time, preventive maintenance schedule, replacement of

parts, down time etc.

4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per

contracted specifications and handing over of related documents mentioned in GCC and will last for

three years at 95% uptime.

4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual

optimal uptime of 95% is considered as acceptable level of performance.

4.4 Software and hardware up gradation of the computing system should be carried out as

available during warranty period as desired by end user or as recommended by the manufacturer.

4.5 Manufacturer / Supplier shall be responsible for rectifying with all possible speed at their own

expense any defect or fault in the system which may develop at any time during installation,

commissioning period.

4.6 Shielding of the Radiation Rooms will be the responsibility of the firm. The firm will be

responsible for complete interference free installation keeping in view the requirement and

recommendation of manufacturers and its surroundings to ensure artifacts free examinations/

procedures.

4.7 Manufacturer will guarantee the availability of spare parts and accessories for the system for

ten years.

4.8 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition

and processing during working hours throughout the year.

4.9 Manufacturer / Supplier shall check system performance during and after every 4-months. An

“Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available,

both measured on the basis of working hours as detailed above.

4.10 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the

following formula will be applied to determine additional days in the warranty / service contract

period.

a. 100% - 95% No Penalty

b. 95% - 90% The warranty period will be extended by 2.0 times

the number of days as extra down time.

c. 90% - 80% The warranty period will be extended by 3.0 times

the number of days as extra down time

d. Below 80% The warranty period will be extended by 4.0 times

the number of days as extra down time

4.11 Down time is defined as the failure in the equipment operation to acquire or process the data

or procedure, resulting in inability to carry out the required procedure properly.

4.12 The firm will bound to place at least one Senior Bio-Medical Engineer/ Technical Coordinator

in the 410 Bedded Civil Hospital, affiliated with QAMC Bahawalpur, for prompt execution/

coordination of after sales services.

4.13 Down time will start when the end user/ Staff In-charge notifies the designated service facility

verbally or in writing to Bio-Medical Engineer/ Technical Coordinator of the firm stationed in the

Hospital.

4.14 Down time will end once the repairs have been affected and the system is again available for

clinical use.

4.15 The firm will provide the recommended preventive maintenance schedule of each of the

equipment at the time of delivery.

4.16 The firm will bound to execute the installation/ maintenance according to the installation/

service protocol and will replace the components/ kits recommended by the manufacturers for

installation and Periodic Preventive maintenance.

4.17 The scheduled preventive maintenance shall be in accordance with Service Protocol

recommended/ advised by the manufacturer.

4.18 Remote service via modem shall be preferred if provided by the manufacturer to pick-up early

faults at no cost to the hospital for the high-tech equipment.

4.19 The manufacturer / supplier will be responsible for preventive maintenance of equipment as

per manufacturers‟ Service Manuals and shall keep a check for electrical / magnetic / temperature and

humidity conditions. Such a check should be made monthly and record should be maintained in the

log book of the hospital.

5. Packing & Marking

5.1 Packing: Usual export packing to ensure safe journey up to the site of consignee.

Marking: Each packing should be clearly marked in suitable size in bold letters as per

requirement.

6. Trans-shipment

6.1 Trans-shipment is not allowed.

7. Place of delivery

7.1 CIF (fixed value) & DDP for local goods, place of delivery is Punjab Institute of Cardiology,

Jail Road, Lahore

9. Correspondence addresses

Procuring Agency

Medical Superintendent

Punjab Institute of Cardiology,

Jail Road,Lahore

Phone: 042-99203051-65

Contracting Firm

M/s _______________

_________________

________________

______________

_________

INVITATION FOR BIDS

Procurement of Medical Equipment for Punjab Institute of

Cardiology

Punjab Institute of cardiology invites sealed bids from the firms having established credentials in terms of Technical,

Financial and Managerial capabilities for the supply of medical equipments as per details given below during current

financial year (2013-2014) on free delivery to Consignee‟s end/CIF basis:

PIC-Tender- 2013-14 Item General Store – General Items

2. Interested bidders may get the bidding documents from the Purchase Section on submission of written

application on letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand

only) for each bidding document (package). Bidding documents including detailed specifications, terms & conditions

shall be issued from 03.10.2013 upto 23.10.2013 till 03.00 p.m.

3. 02% Bid Security shall be attached with the bid in the shape of Bank Guarantee or CDR from any scheduled

bank otherwise tender will be rejected.

4. Single Stage – Two Envelopes bidding procedure shall be applied. The envelopes shall be marked as

“FINANCIAL PROPOSAL” AND TECHNICAL PROPOSAL” in bold and legible letters. Financial proposal of bids

found technically non-responsive shall be returned un-opened to the respective bidders.

5. Procurements shall be governed under the Punjab Procurement Rules 2009.

6. Sealed bids are required to be brought in person by the authorized representative of the interested bidders on

24/10/2013 positively in the committee room of PIC. The bids received till the stipulated date & time shall be opened

on the same day at 11:30 A.M in the presence of the bidders or their authorized representatives by the purchase

committee.

7. The bidders are required to submit the company profiles including Technical, Engineering, Managerial

capabilities, after-sales services and past experience/ performance alongwith their technical bids.

8. All bids should be submitted in tape or ring binding. Bids with loose papers shall be rejected straightaway. All

documents should contain proper page marking, attached in sequence as indicated for evaluation in the bidding

document and signatures of authorized person. Moreover, signing and stamping of each page of bidding

document/form is mandatory otherwise bid shall be rejected straightaway.

10. In case the date of opening or last date of sale is declared as a public holiday by the government or non-

working day due to any reason, the next official working day shall be deemed to be the date of sale and submission and

opening of tenders accordingly. The time and venue shall remain the same.

11. Pre-bid conference shall be held on 17/06/2013 at 01: 00 P.M in the Committee Room of PIC, Lahore.

12. The Procuring Agency however, reserves the rights to accept or reject any or all bids with or without

assigning any reason.

Medical Superintendent

PIC, Lahore

Performance Guarantee Form

To: [Name & Address of the Procuring Agency]

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of

Contract No. [number] dated [date] to supply [description of goods] (hereinafter called “the

Contract”).

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

a Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security

for compliance with the Supplier‟s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier,

up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon

your first written demand declaring the Supplier to be in default under the Contract and without cavil

or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the____________ day of_________, 2013__

Signature and Seal of the Guarantors/Bank

Address

Date

Note: 1. It should be valid for a period equal to the warranty period.

2. The contract will be signed/ issued after submission of this Performance Security.

Manufacturer’s Authorization Form

[See Clause 3.1 (a) of the Instruction to Bidders]

To: [name of Procuring Agency]

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/ Agent] to submit a bid, and subsequently negotiate and sign the Contract with

you against IFB 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: 1. This letter of authority should be on the letter head of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the

Manufacturer.

2. It should be included by the Bidder in its bid.

3. The standard authorization letter/ sole agency agreement already signed by the

manufacturer may also be acceptable, depicting the above mentioned requirements.

1. Contract Form

THIS CONTRACT is made at on day of 2013, between the Medical

Superintendent, Punjab Institute of Cardiology, Lahore (hereinafter referred to as the “Procuring

Agency”) of the First Part; and M/s (firm name) a firm 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/ authorized Supplier/ authorized Agent of (item name) in Pakistan

and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has

accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount

in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs (amount in

figures and words) for free delivery items and unit price €/£/$/¥________ for the total

price_______________ €/£/$/¥ of the items of CIF portion for establishing the LC.

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this Contract words and expressions shall have the same meanings as are

respectively assigned to them in the General 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. the Price Schedule submitted by the Bidder,

b. the Schedule of Requirements;

c. the Technical Specifications;

d. the General Conditions of Contract;

e. the Special Conditions of Contract;

f. the Procuring Agency‟s Notification of Award;

g. the scope of work;

h. the Contract; and

i. the Bid & its clarifications.

j. the contracted specifications (attached as annexure)

k. Any undertaking provided by the firm

3. In consideration of the payments to be made by the Procuring Agency to the Supplier/

Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer 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.

[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 the Punjab

or any administrative subdivision or agency thereof or any other entity owned or controlled by it

(Government of the Punjab) through any corrupt business practice.

5. 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 the Punjab, except that which has been expressly declared pursuant hereto.

6. [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

the Punjab and has not taken any action or shall not take any action to circumvent the above

declaration, representation or warranty.

7. [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 Government of the Punjab under

any law, Contract or other instrument, be void able at the option of Government of the Punjab.

8. Notwithstanding any rights and remedies exercised by Government of the Punjab in

this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or

damage incurred by it on account of its corrupt business practices and further pay compensation

to Government of the Punjab in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder‟s fee or kickback given by [The Seller/ 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 Government of the Punjab.

9. In case of any dispute concerning the interpretation and/or application of this Contract

shall be settled through arbitration. Additional Chief Secretary shall act as arbitrator. The

decisions taken and/or award made by the arbitrator shall be final and binding on the Parties.

10. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan

shall have exclusive jurisdiction.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed

at_____________(the place) and shall enter into force on the day, month and year first above

mentioned.

Signed/ Sealed by the Manufacturer/

authorized Supplier/ authorized Agent Signed/ Sealed by Procuring Agency

1. 1.

2. 2.

Bid Form

Date:18/06/2013

Tender No.:

To: [Name and address of Procuring Agency]

Respected Sir/Madam

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 obtain an unconditional guarantee of a bank in the sum of ____ percent

of the Contract Price for the due performance of the Contract, in the form prescribed by the Procuring

Agency.

We agree to abide by this bid for a period of [number] days from the date fixed for bid opening under

ITB Clause 18 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted

at any time before the expiration of that period. Until a formal Contract is prepared and executed, this

bid, together with your written acceptance thereof and your notification of award, shall constitute a

binding Contract between us.

We understand that you are not bound to accept the lowest or any bid you may receive. Commissions

or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if

we are awarded the contract, are listed below:

Name and address of bidder Amount and Currency

(if none, state “none”).”

Dated this day of , 2013

Signature

(in the capacity of)

Duly authorized to sign bid for and on behalf of . Attachment

Price Schedule-A

(03-Years warranty)

(for the items of the package to be supplied on free delivery basis)

Name of Bidder__________________________________________________________________

Tender No. and the name of the package -------------------------------------------------------------------------

Item. No.

(as per

serial

original

serial in

the

package)

Name of

Item

(As listed

in

invitation

of bid)

Make

Mode

l

Country

of Origin

Country

of Manu-

facturer

Qty

Name of

Port of

dis-patch Unit

Price

(Rs.)

Total

Cost

(Rs.)

1

15

21

35

Total Cost (Rs.)

Sign and Stamp of Bidder_________________________________________________

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

Price Schedule-B

(03-Years warranty)

(for the items of the package to be supplied on CIF basis)

Name of Bidder__________________________________________________________________

Tender No. and the name of the package -------------------------------------------------------------------------

Item. No.

(as per serial

original serial

in the

package)

Name of Item

(As listed in

invitation of

bid)

Make

Mode

l

Country

of Origin

Country

of

Manufa

cturer Qty

Unit CIF

Price

(€/£/$/¥)

Total

cost

for each

item

(€/£/$/¥)

1

15

21

35

Total Cost (Rs.)

Sign and Stamp of Bidder_________________________________________________

Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

2. Foreign currency rate will be considered on the date of opening of Financial Bid as per selling rate

announced by the national/ State Bank.