supply &installation of laundry system in selected dhq/thq...

216
1 PROJECT MANAGEMENT UNIT (PMU) BIDDING DOCUMENT Package-1 Supply &Installation of Laundry System in selected DHQ/THQ Hospitals of Punjab Project Management Unit Government of the Punjab September 2017

Upload: others

Post on 22-Jul-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

1

PROJECT MANAGEMENT UNIT (PMU)

B I D D I N G D O C U M E N T

Package-1

Supply &Installation of Laundry System in

selected DHQ/THQ Hospitals of Punjab

Project Management Unit

Government of the Punjab

September 2017

Page 2: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

2 Section IV: Scope of Work

Invitation for Bids Dated: September 5, 2017

1. The Project Management Unit (PMU) has received budget from Government of

Punjab towards the cost of Revamping of DHQ/THQ Hospitals in Punjab. It is intended that

part of the proceeds of this budget will be applied to eligible payments under the contract for

supply of following items:

Package-

1 Item Qty Bid Security

LOT-I

Supply & Installation of Laundry System in the

following Hospital

DHQ Attock

1 20,000

LOT-II

Supply & Installation of Laundry System in the

following Hospital

THQ Gujjar Khan

1 20,000

LOT-III

Supply & Installation of Laundry System in the

following Hospital

DHQ Chakwal

1 20,000

LOT-IV

Supply & Installation of Laundry System in the

following Hospital

DHQ Jhelum

1 20,000

LOT-V

Supply & Installation of Laundry System in the

following Hospital

DHQ Mandi B. Din

1 20,000

LOT-VI

Supply & Installation of Laundry System in the

following Hospital

THQ Daska

1 20,000

LOT-VII

Supply & Installation of Laundry System in the

following Hospital

DHQ Narowal

1 20,000

LOT-VIII

Supply & Installation of Laundry System in the

following Hospital

DHQ Sheikhupura

1 20,000

LOT-IX

Supply & Installation of Laundry System in the

following Hospital

THQ Muridke

1 20,000

Page 3: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

2. The PMU now invites sealed bids from eligible bidders, Manufacturers, authorized

Sales & Service Dealers for the supply of above mentioned items.

3. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two

Envelope) procedures specified in the Punjab Procure Rules (PPRA) 2014 (amended Jan

2016), and is open to all eligible bidders as defined in the bidding document

4. Interested eligible bidders may obtain bidding documents and further information

from the Office of Procurement Specialist, Project Management Unit,

Revamping of DHQ/THQ Hospitals, 31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore or

download from website: www.pshealth.punjab.gov.pk

5. The provisions in the Instructions to Bidders and in the General Conditions of

Contract are the provisions of the Bidding Documents.

6. Sealed Bids must be delivered to the above office on or before 11:00 a.m on

4th

October 2017 and must be accompanied by a Bid Security as mentioned above in the

form of CDR/Pay Order/Demand Draft/Bank Guarantee.

7. Bids will be opened in the presence of bidders’ representatives who choose to

attend at 11:30 a.m.in the Office of Procurement Specialist, Project Management Unit,

31-E/1, Shahrah-e-Imam Hussain, Gulberg-III, Lahore on the same date.

8. The bidders are requested to give their best and final prices as no negotiations are

expected.

9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax

registration certificate must be provided.

10. For obtaining any further information or clarifications, please contact the person

named below

Procurement Specialist

Program Management Unit (PMU)

Primary & Secondary Healthcare Department

31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore

Tel: 042-99231202 Mob: 0333-3246467, 0333-4748418, 0333-4407161

Website: www.pshealth.punjab.gov.pk

Email: [email protected]

Page 4: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

4 Section IV: Scope of Work

Table of Contents

PART-I

SECTION I. INSTRUCTIONS TO BIDDERS (ITB) ....................................................................... 5

SECTION II. BID DATA SHEET .................................................................................................... 18

SECTION III. SCHEDULE OF REQUIREMENTS ...................................................................... 23

SECTION IV. TECHNICAL SPECIFICATIONS ......................................................................... 24

SECTION V. BIDDING FORMS ..................................................................................................... 29

1. Bid Submission Form .................................................................................................................. 29

2. Manufacturer’s Authorization Form ............................................................................................ 31

3. Price Schedules ............................................................................................................................ 32

PART-II

SECTION I. CONTRACT FORMS ................................................................................................. 34

1. Contract Form .............................................................................................................................. 34

2. Performance guarantee Form ....................................................................................................... 35

SECTION II. GENERAL CONDITIONS OF CONTRACT (GCC) ............................................ 36

SECTION III. SPECIAL CONDITIONS OF CONTRACT (SCC) .............................................. 47

Page 5: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part-I

Section I. Instructions to Bidders

A. Introduction

1. Source of

Funds

1.1 The Procuring Agency named in the Bid Data Sheet has received

budget from the Government of Punjab. The Procuring Agency

intends to apply a portion of the proceeds of this budget to

eligible payments under the contract for which this Invitation for

Bids is issued.

2. Eligible

Bidders

2.1 This Invitation for Bids is open to all suppliers, except as

provided hereinafter.

2.2 Bidders should not be associated, or have been associated in the

past, directly or indirectly, with a firm or any of its affiliates

which have been engaged by the Procuring Agency to provide

consulting services for the preparation of the design,

specifications, and other documents to be used for the

procurement of the goods to be purchased under this Invitation

for Bids.

2.3 Government-owned enterprises may participate only if they are

legally and financially autonomous, if they operate under

commercial law, and if they are not a dependent agency of the

Government.

2.4 Bidders shall not be under a declaration of blacklisting by any

Government department or Punjab Procurement Regulatory

Authority (PPRA).

3. Eligible Goods

and Services

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

shall have their origin in eligible source countries, defined in the

Bid Data Sheet (BDS), and all expenditures made under the

contract will be limited to such goods and services.

3.2 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. Goods are produced when,

through manufacturing, processing, or substantial and major

assembly of components, a commercially-recognized product

results that is substantially different in basic characteristics or in

purpose or utility from its components.

Page 6: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

6 Section IV: Scope of Work

3.3 The origin of goods and services is distinct from the nationality

of the Bidder.

4. Cost of

Bidding

4.1 The Bidder shall bear all costs associated with the preparation

and submission of its bid, and the Procuring Agency named in

the Bid Data Sheet, hereinafter referred to as ―the Purchaser,‖

will in no case be responsible or liable for those costs, regardless

of the conduct or outcome of the bidding process.

B. The Bidding Documents

5. Content of

Bidding

Documents

5.1 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) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance guarantee Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms,

and specifications in the bidding documents. Failure to furnish

all information required by the bidding documents or to submit a

bid not substantially responsive to the bidding documents in

every respect will be at the Bidder’s risk and may result in the

rejection of its bid.

6. Clarification of

Bidding

Documents

6.1 A prospective Bidder requiring any clarification of the bidding

documents may notify the Purchaser in writing or by email at the

Purchaser’s address indicated in ITB Clause 19.1. The Purchaser

will respond in writing to any request for clarification of the

bidding documents which it receives no later than three (3) days

prior to the deadline for the submission of bids prescribed in the

Bid Data Sheet. Written copies of the Purchaser’s response

(including an explanation of the query but without identifying

the source of inquiry) will be sent to all prospective bidders that

have received the bidding documents.

Page 7: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

7. Amendment of

Bidding

Documents

7.1 At any time prior to the deadline for submission of bids, the

Purchaser, 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

will be notified of the amendment in writing or by email, and

will be bidding 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

Purchaser, at its discretion, may extend the deadline for the

submission of bids.

C. Preparation of Bids

8. Language of

Bid

8.1 The bid prepared by the Bidder, as well as all correspondence

and documents relating to the bid exchanged by the Bidder and

the Purchaser shall be written in the language specified in the

Bid Data Sheet. Supporting documents and printed literature

furnished by the Bidder may be in same language.

9. Documents

Comprising

the Bid

9.1 The bid prepared by the Bidder shall comprise the following

components:

(a) a Bid Form and a Price Schedule completed in accordance

with ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB

Clause 13 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 14 that the goods and ancillary services to be

supplied by the Bidder are eligible goods and services and

conform to the bidding documents; and

(d) Bid security furnished in accordance with ITB Clause 15.

10. Bid Form

10.1 The Bidder shall complete the Bid Form and the appropriate

Price Schedule furnished in the bidding documents, indicating

the goods to be supplied, a brief description of the goods, and

their country of origin, quantity, and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the

unit prices (where applicable) and total bid price of the goods it

Page 8: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

8 Section IV: Scope of Work

proposes to supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty

paid (DDP) and C&F prices.

11.3 The Bidder’s separation of price components in accordance with

ITB Clause 11.2 above will be solely for the purpose of

facilitating the comparison of bids by the Purchaser and will not

in any way limit the Purchaser’s right to contract on any of the

terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s

performance of the contract and not subject to variation on any

account, unless otherwise specified in the Bid Data Sheet. A bid

submitted with an adjustable price quotation will be treated as

nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in foreign currencies in case of C&F and

in Pak Rupees in case of DDP.

13. Documents

Establishing

Bidder’s

Eligibility and

Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the Bidder’s eligibility to bid and its

qualifications to perform the contract if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall

establish to the Purchaser’s satisfaction that the Bidder, at the

time of submission of its bid, is eligible as defined under ITB

Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to

perform the contract if its bid is accepted shall establish to the

Purchaser’s satisfaction:

(a) that, in the case of a Bidder offering to supply goods under

the contract which the Bidder did not manufacture or

otherwise produce, the Bidder has been duly authorized by

the goods’ Manufacturer or producer to supply the in

Pakistan;

(b) that the Bidder has the financial, technical, and production

capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within

Pakistan, the Bidder is or will be (if awarded the contract)

represented by an Agent in that country equipped, and able

to carry out the Supplier’s maintenance, repair, and spare

Page 9: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

parts stocking obligations prescribed in the Conditions of

Contract and/or Technical Specifications; and

(d) That the Bidder meets the qualification criteria listed in the

Bid Data Sheet.

14. Documents

Establishing

Goods’

Eligibility and

Conformity to

Bidding

Documents

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the eligibility and conformity to the

bidding documents of all goods and services which the Bidder

proposes to supply under the contract.

14.2 The documentary evidence of the eligibility of the goods and

services shall consist of a statement in the Price Schedule of the

country of origin of the goods and services offered which shall

be confirmed by a certificate of origin issued at the time of

shipment.

14.3 The documentary evidence of conformity of the goods and

services to the bidding documents may be in the form of

literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and

performance characteristics of the goods;

(b) a list giving full particulars, including available sources and

current prices of spare parts, special tools, etc., necessary

for the proper and continuing functioning of the goods for a

period to be specified in the Bid Data Sheet, following

commencement of the use of the goods by the Purchaser;

and

(c) an item-by-item commentary on the Purchaser’s Technical

Specifications demonstrating substantial responsiveness

of the goods and services to those specifications, or a

statement of deviations and exceptions to the provisions of

the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB

Clause 14.3(c) above, the Bidder shall note that standards for

workmanship, material, and equipment, as well as references to

brand names or catalogue numbers designated by the Purchaser

in its Technical Specifications, are intended to be descriptive

only and not restrictive. The Bidder may substitute alternative

standards, brand names, and/or catalogue numbers in its bid,

provided that it demonstrates to the Purchaser’s satisfaction that

the substitutions ensure substantial equivalence to those

Page 10: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

10 Section IV: Scope of Work

designated in the Technical Specifications.

15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, a bid security in the amount specified in the Bid Data Sheet.

15.2 The bid security is required to protect the Purchaser against the

risk of Bidder’s conduct which would warrant the security’s

forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of

the following forms:

(b) Bank call-deposit (CDR), Demand Draft (DD), Pay Order

(PO) or Bank Guarantee (BG) valid for thirty (30) days

beyond the validity of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and

15.3 will be rejected by the Purchaser as nonresponsive, pursuant

to ITB Clause 24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned

as promptly as possible but not later than thirty (30) days after

the expiration of the period of bid validity prescribed by the

Purchaser pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the

Bidder signing the contract, pursuant to ITB Clause 32, and

furnishing the performance guarantee, pursuant to ITB Clause

33.

15.7 The bid security may be forfeited:

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

validity specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause

32;

or

(ii) to furnish performance guarantee in accordance with

ITB Clause 33.

16. Period of

Validity of

16.1 Bids shall remain valid for the period specified in the Bid Data

Sheet after the date of bid opening prescribed by the Purchaser,

Page 11: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Bids pursuant to ITB Clause 19. A bid valid for a shorter period shall

be rejected by the Purchaser as nonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit the

Bidder’s consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing (or by

email). The bid security provided under ITB Clause 15 shall also

be suitably extended. A Bidder may refuse the request without

forfeiting its bid security. A Bidder granting the request will not

be required nor permitted to modify its bid, except as provided in

ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a

period exceeding sixty (60) days beyond the expiry of the initial

bid validity, the contract price will be adjusted by a factor

specified in the request for extension.

17. Format and

Signing of Bid

17.1 The Bidder shall prepare an original and the number of copies of

the bid indicated in the Bid Data Sheet, clearly marking each

―ORIGINAL BID‖ and ―COPY OF BID,‖ as appropriate. In the

event of any discrepancy between them, the original shall

govern.

17.2 The original and the copy or copies of the bid shall be typed or

written in indelible ink and shall be signed by the Bidder or a

person or persons duly authorized to bind the Bidder to the

contract. All pages of the bid, except for unamended printed

literature, shall be initialed by the person or persons signing the

bid.

17.3 Any interlineations, erasures, or overwriting shall be valid only if

they are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of

Bid on commissions or gratuities, if any, paid or to be paid to

agents relating to this Bid, and to contract execution if the Bidder

is awarded the contract.

D. Submission of Bids

18. Sealing and

Marking of

Bids

18.1 The Bidder shall seal the original and each copy of the bid in

separate envelopes, duly marking the envelopes as ―ORIGINAL‖

and ―COPY.‖ The envelopes shall then be sealed in an outer

envelope.

18.2 The inner and outer envelopes shall:

Page 12: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

12 Section IV: Scope of Work

(a) be addressed to the Purchaser at the address given in the

Bid Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid

Data Sheet, the Invitation for Bids (IFB) title and number

indicated in the Bid Data Sheet, and a statement: ―DO

NOT OPEN BEFORE,‖ to be completed with the time and

the date specified in the Bid Data Sheet, pursuant to ITB

Clause 2.2.

18.3 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 ―late‖.

18.4 If the outer envelope is not sealed and marked as required by ITB

Clause 18.2, the Purchaser will assume no responsibility for the

bid’s misplacement or premature opening.

19. Deadline for

Submission of

Bids

19.1 Bids must be received by the Purchaser at the address specified

under ITB Clause 18.2 no later than the time and date specified

in the Bid Data Sheet.

19.2 The Purchaser 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 Purchaser and bidders previously subject to the

deadline will thereafter be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for

submission of bids prescribed by the Purchaser pursuant to ITB

Clause 19 will be rejected and returned unopened to the Bidder.

21. Modification

and

Withdrawal of

Bids

21.1 The Bidder may modify or withdraw its bid after the bid’s

submission, provided that written notice of the modification,

including substitution or withdrawal of the bids, is received by

the Purchaser prior to the deadline prescribed for submission of

bids.

21.2 The Bidder’s modification or withdrawal notice shall be

prepared, sealed, marked, and dispatched in accordance with the

provisions of ITB Clause 18. A withdrawal notice may also be

sent by email, but followed by a signed confirmation copy,

postmarked no later than the deadline for submission of bids.

21.3 No bid may be modified after the deadline for submission of

bids.

Page 13: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

21.4 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 by the Bidder on the Bid Form. Withdrawal of

a bid during this interval may result in the Bidder’s forfeiture of

its bid security, pursuant to the ITB Clause 15.7.

E. Opening and Evaluation of Bids

22. Opening of

Bids by the

Purchaser

22.1 The Purchaser will open all bids in the presence of bidders’

representatives who choose to attend, at the time, on the date,

and at the place specified in the Bid Data Sheet. The bidders’

representatives who are present shall sign an attendance sheet

evidencing their presence.

22.2 The bidders’ names, bid modifications or withdrawals, bid

prices, discounts, and the presence or absence of requisite bid

security and such other details as the Purchaser, at its discretion,

may consider appropriate, will be announced at the opening. No

bid shall be rejected at bid opening, except for late bids, which

shall be returned unopened to the Bidder pursuant to ITB Clause

20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that

are not opened and read out at bid opening shall not be

considered further for evaluation, irrespective of the

circumstances. Withdrawn bids will be returned unopened to the

bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of

Bids

23.1 During evaluation of the bids, the Purchaser 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.

24. Preliminary

Examination

24.1 The Purchaser will 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.

24.2 Arithmetical errors will 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

Page 14: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

14 Section IV: Scope of Work

the Supplier does not accept the correction of the errors, its bid

will be rejected, and its bid security may be forfeited. If there is

a discrepancy between words and figures, the amount in words

will prevail.

24.3 The Purchaser 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.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the

Purchaser will determine the substantial responsiveness of each

bid to the bidding documents. For purposes of these Clauses, a

substantially responsive bid is one which conforms to all the

terms and conditions of the bidding documents without material

deviations. Deviations from, or objections or reservations to

critical provisions, such as those concerning Bid Security (ITB

Clause 15), Applicable Law (GCC Clause 30), and Taxes and

Duties (GCC Clause 32), will be deemed to be a material

deviation. The Purchaser’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself

without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the

Purchaser and may not subsequently be made responsive by the

Bidder by correction of the nonconformity.

25. Qualification

& Evaluation

of Bids

25.1 In the absence of prequalification, the Purchaser will determine

to its satisfaction whether the Bidder is qualified to perform the

contract satisfactorily, in accordance with the criteria listed in

ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, pursuant to ITB Clause

13.3, as well as such other information as the Purchaser deems

necessary and appropriate.

25.3 The Purchaser will technically evaluate and compare the bids

which have been determined to be substantially responsive,

pursuant to ITB Clause 24, as per Technical Specifications

required

25.4 The Purchaser’s financial evaluation of a bid will be Lowest

Delivered Duty Paid (DDP)/C&F Total Price offered by the qualified

Page 15: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

responsive bidder.

Alternate 25.5 Quality & Cost-based Selection:

The following merit point system for weighing evaluation factors

can be applied if specified in the Bid Data Sheet. The number of

points allocated to each factor shall be specified in the Bid Data

Sheet.

[In the Bid Data Sheet, choose from the range of]

Price of the goods 60 to 90

Quality, technology and metallurgy 0 to 20

Performance and productivity 0 to 20

Standardization 0 to 20

Projected life-cycle cost 0 to 20

Operating and maintenance costs 0 to 20

Cost of spare parts and after-sales-service 0 to 20

Total 100

The bid scoring the highest number of points will be deemed to

be the lowest evaluated bid.

26. Contacting the

Purchaser

26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser

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

to the time evaluation report is made public i.e. 10 days before

the contract is awarded. If the Bidder wishes to bring additional

information or has grievance to the notice of the Purchaser, it

should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid

evaluation, or bid comparison may result in the rejection of the

Bidder’s bid.

F. Award of Contract

28. Award

Criteria

28.1 Subject to ITB Clause 30, the Purchaser will award the contract

to the successful Bidder whose bid has been determined to be

substantially responsive and has been determined to be the

lowest evaluated bid, provided further that the Bidder is

determined to be qualified to perform the contract satisfactorily.

29. Purchaser’s

Right to Vary

Quantities at

Time of Award

29.1 The Purchaser reserves the right at the time of contract award to

increase or decrease, by the percentage indicated in the Bid Data

Sheet, the quantity of goods and services originally specified in

the Schedule of Requirements without any change in unit price

Page 16: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

16 Section IV: Scope of Work

or other terms and conditions.

30. Purchaser’s

Right to

Accept or

Reject All Bids

30.1 The Purchaser reserves the right to accept or reject all bids, and

to annul the bidding process at any time prior to contract award,

without thereby incurring any liability to the Bidder or bidders or

any obligation to inform the Bidder or bidders of the grounds for

the Purchaser’s action.

31. Notification of

Award

31.1 Prior to the expiration of the period of bid validity, the Purchaser

will notify the successful Bidder in writing by registered letter or

by email, to be confirmed in writing by registered letter, that its

bid has been accepted.

31.2 The notification of award will constitute the formation of the

Contract.

31.3 Upon the successful Bidder’s furnishing of the performance

guarantee pursuant to ITB Clause 33, the Purchaser will

promptly notify each unsuccessful Bidder and will discharge its

bid security, pursuant to ITB Clause 15.

32. Signing of

Contract

32.1 At the same time as the Purchaser notifies the successful Bidder

that its bid has been accepted, the Purchaser will send the Bidder

the Contract Form provided in the bidding documents,

incorporating all agreements between the parties.

32.2 Within seven (07) days of receipt of the Contract Form, the

successful Bidder shall sign and date the contract and return it to

the Purchaser.

33 Performance

guarantee

33.1 Within fourteen (14) days of the receipt of notification of award

from the Purchaser, the successful Bidder shall furnish the

performance guarantee in accordance with the Conditions of

Contract, in the Performance guarantee Form provided in the

bidding documents or in another form acceptable to the

Purchaser.

33.2 Failure of the successful Bidder to comply with the requirement

of ITB Clause 32 or ITB Clause 33.1 shall constitute sufficient

grounds for the annulment of the award and forfeiture of the bid

security, in which event the Purchaser may make the award to

the next lowest evaluated Bidder or call for new bids.

33.3 The Performance Guarantee shall be returned to the supplier after

successful completion of the Warranty period in true spirit.

Page 17: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

34. Corrupt or

Fraudulent

Practices

34.1 The Procuring Agency requires that Bidders, Suppliers, and

Contractors observe the highest standard of ethics during the

procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

(i) ―corrupt practice‖ means the

offering, giving, receiving or soliciting of

anything of value to influence the action of a

public official in the procurement process or in

contract execution; and

(ii) ―fraudulent practice‖ means a

misrepresentation of facts in order to influence a

procurement process or the execution of a

contract to the detriment of the Procuring

Agency,

(iii) ―collusive practice‖ is an arrangement among

bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-

competitive levels for any wrongful gains, and

to deprive the Procuring Agency of the benefits

of free and open competition;

(b) The Procuring Agency will reject a proposal for

award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in

competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in

accordance with prevailing Blacklisting procedures

under Punjab Procurement Rules 2014, if it at any time

determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing, a

Bank-financed contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in

sub-clause 5.4 and sub-clause 24.1 of the General Conditions of

Contract.

Page 18: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

18 Section IV: Scope of Work

Part-I

Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or

amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a

conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Name of Procuring Agency: Project Management Unit

(PMU)Primary & Secondary Health Department,31-E1, Gulberg-III,

Lahore, Government of the Punjab

ITB 1.1 Name of Project: Revamping of DHQ/THQ Hospitals in Punjab

ITB 1.1 Name of Contract:

Supply & Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab: P&SH/PMU/0124/2017

Country of Origin: UK/USA/EUROPE/JAPAN

ITB 4.1 Name of Procuring Agency: Project Management Unit (PMU)

ITB 6.1 For clarification purposes, the Employer’s address is:

PMU, Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1,

Gulberg-III, Lahore

ITB 8.1 Language of the bid – English

Bid Price and Currency

ITB 11.2

The prices shall be quoted both on C&F & DDP basis . The prices

quoted on C&F basis shall be compared and evaluated against C&F

Prices whereas prices quoted on DDP basis shall be compared

against DDP Prices

Page 19: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

ITB 11.5 The C&F prices may be in foreign currency and shall be fixed

whereas the price quoted on DDP shall be in Pak Rupees and shall

be fixed.

Preparation and Submission of Bids

ITB 13.2 a. Certificate of Incorporation of bidder’s firm showing its

location and the date of registration etc.

b. Complete working model with relevant years of experience

c. NTN, GST & PRA Registration Certificate (If Applicable)

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial

years (up to June2017).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2, and

ITB 13.3 (b), the potential bidder must also fulfill the following:-

a) The Bidder must be a Manufacturer or Importer/Dealer of

Laundry Systems at large scale.

b) Technical Brochures of Equipment quoted, mentioning its

specifications, manufacture’s model, product number, and country

of origin.

c) An average annual sale of Rs. 5 million for each Lot separately.

d) The bidder must either have at least one local certified /authorized

repair and maintenance set-up or an agreement with a local

repair and maintenance workshop for the period of contract.

e) Description of bidder’s repair & maintenance set-up with the

location / addresses of workshops, mobile workshops (if any).

f) Authority Letter from the Bidder Company authorizing the

relevant person to represent the company.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipment to

be supplied are easily available in Pakistan in the local market or

from company owned outlets and the machinery/equipment/spare

parts is not going to be outdated/obsolete/out of production in the

next 5 years.

ITB 15.1 Amount of Bid Security:

Bid Security shall be Rs. 50,000 per LOT. Bids shall be in the

prescribed format, sealed and accompanied by the Bid Security in

the form of Call Deposit, Bank Draft, Pay Order or Bank Guarantee

Page 20: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

20 Section IV: Scope of Work

in favor of Project Director-PMU, Primary & Secondary

Healthcare Department having its validity 90 days from the date

of opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids

must be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

Procurement Specialist, Project Management Unit (PMU),

Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1, Gulberg-III,

Lahore.

ITB 18.2 (b) IFB Title and Number:

Package-1

Supply, Installation & Operations of Laundry System in selected

DHQ/THQ Hospitals of Punjab P&SH/PMU/0124/2017)

ITB 19.1 Date for Bid Submission: 4th October, 2017 (11am)

ITB 22.1 Time, Date, and Place for Bid Opening:

On 4th October 2017 at 11:30 am at Office of Procurement

Specialist, Project Management Unit (PMU), 31-E/1, Shahra-e-

Imam Hussain, Gulberg-III, Lahore

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) or

C&F Total Price offered by the qualified responsive bidder.

Contract Award

ITB 29.1 As per PPRA Punjab Rules 2014

Page 21: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Package-

1 Item Qty

LOT-I

Supply & Installation of Laundry System in the

following Hospital

DHQ Attock

1

LOT-II

Supply & Installation of Laundry System in the

following Hospital

THQ Gujjar Khan

1

LOT-III

Supply & Installation of Laundry System in the

following Hospital

DHQ Chakwal

1

LOT-IV

Supply & Installation of Laundry System in the

following Hospital

DHQ Jhelum

1

LOT-V

Supply & Installation of Laundry System in the

following Hospital

DHQ Mandi B. Din

1

LOT-VI

Supply & Installation of Laundry System in the

following Hospital

THQ Daska

1

LOT-VII

Supply & Installation of Laundry System in the

following Hospital

DHQ Narowal

1

LOT-VIII

Supply & Installation of Laundry System in the

following Hospital

DHQ Sheikhupura

1

LOT-IX

Supply & Installation of Laundry System in the

following Hospital

THQ Muridke

1

Page 22: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

22 Section IV: Scope of Work

Part-I

Section III. Schedule of Requirements

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the

date of delivery required.

Note. The bid price shall be inclusive of all delivery, transportation, installation charges,

duties, taxes, levies etc. however, the breakup of the cost shall be provided on the financial

forms given in this bid document.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Quantities may be increased/decreased as per requirement PPRA Punjab Rules 2014.

Page 23: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

The quotation /bid who secure 65% marks will qualify for the competition.

Sr. # Parameter Slabs Marks Weightage

1 Relevant Business Volume

20%

Annual Turnover of Laundry

related projects (Average of Last 3-

Years) Rs. In Million

More than or = 10

million

8=<10 million

5= < 8 million

100

70

40

2 Age of Company

a

Number of years since

establishment

10 Years or more

7 Years =< 10 Years

4 Years =<7 Years

100

70

40 10%

b

Execution of similar projects of

Manufacturing, Installation, &

Maintenance of Laundry System

valuing more than Rs. 5.00 million

5 and above

3 to 4

01 to 02

100

70

40 20%

3 Financial strength

20% Net Worth (Average of last 3-

Years) (Amount Rs. In million)

30 and above

20 to 29

10 to 19

100

70

40

4 H.R. Strength

10% Qualified / Supervisors/ Skilled

Workforce

25 and above

20 to 24

15 to 19

100

70

40

5 Onsite backup Support 3 or more Repair &

Maintenance Setup

2 maintenance setup

1 maintenance setup

100

70

40

10%

Relevant experience in

Manufacturing, Installation &

Maintenance of Laundry System

(Firms having less than 4 years’

experience will be given zero marks.)

6 Working Methodology 10%

Total: 100%

The marks shall be given proportionately to the potential bidder with

regards to the quantified credentials against which evidence is provided.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Note: in technical criteria Serial No. 1, 2B and 3 are for complete Package and remaining for

each lot.

Page 24: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

24 Section IV: Scope of Work

Section III. Bid Forms

Standard Bid Forms shall be used for the preparation of the Technical and Financial Bid

according to the instructions provided in Section 2

{Notes to Bidders shown in brackets { } throughout Section 3 provide guidance to the

Bidders to prepare the Technical Bid; they should not appear on the Bids to be submitted.}

Page 25: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Table of Forms

Technical Bid – Standard Form

TECH 1: Technical Bid Submission Form ..........................................................................26

TECH 2: Bid Security ............................................................................................................27

TECH 3: Team/Staff Composition ........................................... Error! Bookmark not defined.

TECH 4: Approach, Methodology, and Workplan ............................................................28

TECH 5: Organization and Experience ...............................................................................29

Financial Bid – Standard Form

FIN 1: Financial Bid Submission Form ...............................................................................32

FIN 2: Financial Model .........................................................................................................33

FIN 3: Detail Breakdown of Costs ............................................ Error! Bookmark not defined.

Page 26: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

26 Section IV: Scope of Work

TECH 1: Technical Bid Submission Form

[date]

To: Program Director,

Project Management Unit,

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

We, the undersigned, offer to provide the requested services as in accordance

with your Request for Bid dated [insert date here]_________. We are hereby

submitting our Bid, which includes this Technical Bid, and a Financial Bid sealed

under a separate envelope.

We are submitting our Bid in association with: [Insert a list with full name and

address of each associated Bidder (if any, otherwise delete this line)]

We hereby declare that:

(a) All the information and statements made in this Bid are true and we accept

that any misinterpretation or misrepresentation contained in this Bid may lead

to our disqualification by the Client and/or may be sanctioned by the

Procuring Agency.

(b) Our Bid shall be valid and remain binding upon us for the period of time

specified in the Data Sheet, Clause 15.1.

(c) We have no conflict of interest in accordance with ITC 4.

d) We meet the eligibility requirements as stated in ITC 3, and we confirm our

understanding of our obligation to abide by the policy in regard to corrupt and

fraudulent practices as per ITC 37.

(g) Our Bid is binding upon us and subject to any modifications resulting from

the Contract negotiations.

We undertake, if our Bid is accepted and the Contract is signed, to initiate the

Services related to the assignment no later than the date indicated in Clause 34.2 and 34.3 of

the Data Sheet.

We understand that the Client is not bound to accept any Bid that the Client receives.

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

Name of Bidder (company’s name or JV’s name):

Address:

Contact information (phone and e-mail): {For a joint venture, either all members shall sign or only the lead member, in which

case the power of attorney to sign on behalf of all members shall be attached}

Page 27: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

TECH 2: Bid Security

(Bid Security to be furnished by the Bidder in the amount specified in Data sheet in the form

of Demand Draft. Pay order or CDR/Bank Guarantee)

Page 28: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

28 Section IV: Scope of Work

TECH 4: Approach, Methodology, and Work plan

A description of the approach, methodology and work plan for performing the assignment,

including a detailed description of the proposed methodology and staffing for training, if the

Terms of Reference specify training as a specific component of the assignment.

{Suggested structure of your Technical Bid:

a) Technical Approach and Methodology

b) Work Plan

a) Approach and Methodology. {Please explain your understanding of the objectives of

the assignment as outlined in the Terms of Reference (TORs), the technical approach,

and the methodology you would adopt for implementing the tasks to deliver the

expected output(s), and the degree of detail of such output. Please do not repeat/copy

the TORs in here.}

b) Work Plan. {Please outline the plan for the implementation of the main

activities/tasks of the assignment, their content and duration, phasing and

interrelations, milestones (including interim approvals by the Client), and tentative

delivery dates of the reports. The proposed work plan should be consistent with the

technical approach and methodology, showing your understanding of the TOR and

ability to translate them into a feasible working plan. A list of the final documents

(including reports) to be delivered as final output(s) should be included here. The

work plan should be consistent with the Work Schedule Form.}

c) Equipment Specification. {Please describe the specifications of equipment listed in

Appendix B-2 that will be used for the purpose of this project. You may attach

brochures of equipment. Please also specify the quantity of equipment that you are

proposing. After award of contract, Bidder will be bound to provide the quantity and

quality of equipment specified by him in this section}

Page 29: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

TECH 5: Organization and Experience

1. Individual

Bidders or

Individual

Members of

Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Total annual volume of work performed in five years, in the

currency specified in the BDS: [insert]

1.3 Services performed as prime Bidder on the provision of

Services of a similar nature and volume over the last five

years. The values should be indicated in the same currency

used for Item 1.2 above. Also list details of work under way or

committed, including expected completion date.

Name of client

and country

Type of Services/work

provided (brief description)

and year of completion

Duration Value of contract

{e.g., Ministry of

......} {e.g., ―Improvement quality

of...............‖: designed master

plan for rationalization of ........; }

e.g., Jan.2011–

Apr.2012} – 15

Months

{e.g., PKR 3 mill}

1.4 Major items of Bidder's Equipment proposed for carrying out

the Services/work. List all information, if any, regarding

equipment required in Section V (Specification)/ Annexure B

Item of

equipment

Description,

make, and age

(years)

Condition (new, good,

poor) and number

available

Owned, leased (from whom?),

or to be purchased (from

whom?)

(a)

(b)

Page 30: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

30 Section IV: Scope of Work

TECH 6: Relevant Experience of Laundry

Sr. No. Buyer Name Total Project Cost Laundry Cost (Capital

Cost)

2. Joint Ventures 2.1 The information listed in 1.1 - 1.4 above shall be provided for

each partner of the joint venture.

2.2 The information in 1.12 above shall be provided for the joint

venture.

2.3 Attach the power of attorney of the signatory (ies) of the Bid

authorizing signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture

(and which is legally binding on all partners), which shows that

(a) all partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract

terms;

(b) one of the partners will be nominated as being in charge,

authorized to incur liabilities, and receive instructions for

and on behalf of any and all partners of the joint venture;

and

(c) the execution of the entire Contract, including payment,

shall be done exclusively with the partner in charge.

3. Additional

Requirements

3.1 Bidders should provide any additional information required in

the BDS and to fulfill the requirements of ITB Sub-Clause 4.1,

if applicable.

Page 31: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

CHECKLIST OF FORMS

Required (√)

FORM DESCRIPTION Page Limit

√ TECH 1 Technical Bid Submission Form. N/A “√ “ If

applicable TECH 1

Attachment If the Bid is submitted by a joint venture, attach a letter of intent or a copy of an existing agreement.

N/A

“√” If applicable

Power of Attorney

No pre-set format/form. In the case of a Joint Venture/consortium, several are required: a power of attorney for the authorized representative of each JV member, and a power of attorney for the representative of the lead member to represent all JV members

N/A

√ TECH 2 Bid Security Form N/A √ TECH 5 Bidder’s Organization and Experience. N/A √ TECH 4 Description of the Approach, Methodology, and

Work Plan for Performing the Assignment N/A

√ TECH 3 Team Composition, Key Experts, admin staff etc N/A

Page 32: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

32 Section IV: Scope of Work

FIN 1: Financial Bid Submission Form

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the services for [Insert title of assignment] in

accordance with your Request for Bid dated [Insert Date] and our Technical Bid.

Our attached Financial Bid is for the amount of {Indicate the corresponding

amount(s) currency (ies)} {Insert amount(s) in words and figures}, inclusive of all taxes in

accordance with Clause 25.3 in the Data Sheet. The estimated amount of taxes is {Insert

currency} {Insert amount in words and figures} which shall be confirmed or adjusted, if

needed, during negotiations. {Please note that all amounts shall be the same as in Form FIN-

2}.

Our Financial Bid shall be binding upon us subject to the modifications resulting

from Contract negotiations, up to expiration of the validity period of the Bid, i.e. before the

date indicated in Clause 15.1 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents or any third

party relating to this Bid and Contract execution.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

In the capacity of:

Address: E-mail: _________________________

{For a joint venture, either all members shall sign or only the lead

member/Consultant, in which case the power of attorney to sign on behalf of all

members shall be attached}

Page 33: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

FIN 2: Financial Model

Please quote DDP & C&F

Supply of Laundry System

Cost

Cost of the Financial Bid

Including:

(1)*Capital Cost including Delivery, Installation, Commissioning & Testing the equipment etc.

*i. Cost of the Machinery including delivery and Installation charges

ii. Taxes, Duties, Levies including General Sales Tax

1. Total Capital Cost =i+ii

*The payment against capital cost will be paid after complete delivery and installation of the machinery Note: This Bid is valid for only one package. Interested parties applying for multiple packages shall submit

separate financial Bid for each Package.

Page 34: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

34 Section IV: Scope of Work

Section IV. Scope of Work

Page 35: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

1. Background:

The Primary and Secondary Healthcare Department is the key department entrusted

by the people of Punjab with responsibility for the health of communities and the population.

The Primary and Secondary Healthcare Department delivers promotive, preventive and

curative health services from the Primary to the Secondary Health Care level.

Over the last few years, The Primary and Secondary Healthcare Department of

Punjab has taken many initiatives to improve the primary and secondary healthcare facilities

all over Punjab. However, in spite of these initiatives, many districts of the Punjab are not

delivering healthcare services to the standard expected.

2. Contextual information

a. District Head Quarter Hospitals

The District Head Quarters (DHQ) Hospitals are located at District headquarters level

and serve a population of 1 to 3 million, depending upon the category of the hospital. The

DHQ hospital provides promotive, preventive and curative care, advance diagnostics,

inpatient services, advance specialist and referral services.

DHQs provides referral care to the patients including those referred by the Basic

Health Units, Rural Health Centers, Tehsil Head Quarter hospital ls along with Lady Health

Workers and other primary and secondary care facilities

b. Tehsil Head Quarter Hospital

Tehsil Head Quarter (THQ) hospitals are located at each THQ and serve a population

of 0.5 to 1.0 million. At present, the majority of THQ hospitals have 40 to 60 beds. The THQ

hospital provides promotive, preventive and curative care, diagnostics, inpatients, referral

services and also specialist care. THQ hospitals are also supposed to provide basic and

comprehensive Emergency Obstetric and Newborn Care. THQ hospital provides referral care

to patients, including those referred by the Rural Health Centers, Basic Health Units, Lady

Health Workers and other primary care facilities.

Page 36: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

36 Section IV: Scope of Work

Page 37: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part 1: Bid Preparation and Evaluation Procedures 37

Section V. Other

Specifications and

Requirements

LIST OF REQUIREMENTS, DESIGNS AND SPECIFICATIONS

Sr. # Description Annexure

1 Equipment list and requirement Annexure – B

Page 38: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 38

Part II – Conditions of Contract and

Forms

Page 39: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 39

D R A F T C O N T R A C T

Supply & Installation of

Laundry System

Page 40: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 40

Contents

Part II – Conditions of Contract and Forms .......................................................................38

Preface .....................................................................................................................................42

Letter of Acceptance ..............................................................................................................43

Form of Contract ...................................................................................................................44

Section A: General Conditions of Contract (GCC) ............................................................54 1. General Provisions ............................................................................................................54

1.1 Definitions....................................................................................................... 54 1.2 Applicable Law ............................................................................................... 55 1.3 Language ......................................................................................................... 55

1.4 Notices ............................................................................................................ 55 1.5 Location .......................................................................................................... 55

1.6 Authorized Representatives ............................................................................ 55 1.7 Inspection and Audit by the Procuring Agency .............................................. 55 1.8 Taxes and Duties ............................................................................................. 56

2. Commencement, Completion, Modification, and Termination of Contract .....................56 2.1 Effectiveness of Contract ................................................................................ 56

2.3 Intended Completion Date .............................................................................. 56 2.4 Modification .................................................................................................... 56

2.5 Force Majeure ................................................................................................. 56 2.6 Termination ..................................................................................................... 57

3. Obligations of the Bidder ..................................................................................................58

3.1 General ............................................................................................................ 58 3.2 Conflict of Interests......................................................................................... 59

3.3 Confidentiality ................................................................................................ 59 3.4 Insurance to be Taken Out by the Bidder ....................................................... 60 3.5 Bidder’s Actions Requiring Procuring agency’s Prior Approval ................... 60

3.6 Reporting Obligations ..................................................................................... 60 3.7 Documents Prepared by the Bidder to Be the Property of the Procuring agency

......................................................................................................................... 60 3.9 Performance Security ...................................................................................... 61

4. Bidder’s Personnel ............................................................................................................61 4.1 Description of Personnel ................................................................................. 61 4.2 Removal and/or Replacement of Personnel .................................................... 61

5. Obligations of the Procuring Agency ................................................................................62 5.1 Assistance and Exemptions............................................................................. 62

5.2 Change in the Applicable Law ........................................................................ 62 5.3 Services and Facilities..................................................................................... 62

6. Payments to the Bidder ......................................................................................................62 6.1 Lump-Sum Remuneration ............................................................................... 62 6.2 Contract Price.................................................................................................. 62

Page 41: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 41

6.3 Payment for Additional Services .................................................................... 62 7. Quality Control ................................................................................................................. 62

7.1 Identifying Defects .......................................................................................... 62 7.2 Correction of Deficiencies, and Non-Performance Penalty .......................... 63

8. Settlement of Disputes ...................................................................................................... 63 8.1 Amicable Settlement ....................................................................................... 63 8.2 Dispute Settlement .......................................................................................... 63

Section B. Special Conditions of Contract ......................................................................... 64

Section C: Scope of Services ...................................................... Error! Bookmark not defined.

Part III – Appendices ............................................................................................................ 67 Appendix A — Schedule of Payments & Reporting RequirementsError! Bookmark not defined.

Appendix B — Key Personnel, Utilities and Equipment ....... Error! Bookmark not defined. Appendix C1- Breakdown of Contract Price .......................... Error! Bookmark not defined.

Appendix C2 - Performance Security ...................................................................................... 4

Page 42: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 42

Preface

1. The standard Contract form consists of four parts: the Form of Contract to be signed by the

Client and the Consultant, the General Conditions of Contract (GCC); the Special

Conditions of Contract (SCC); and the Appendices.

2. The General Conditions of Contract shall not be modified. The Special Conditions of

Contract that contain clauses specific to each Contract intend to supplement, but not over-

write or otherwise contradict, the General Conditions.

3. Full requirements, terms and conditions of the agreement will be agreed during

clarification with the technical responsive Bidders. The form and content of the

negotiated contract are expected to conform closely to the draft Contract Agreement as

included in these Bid Documents. Bidders will be expected to address all of the aspects

of the General Conditions of Concession Contract in their submissions

Page 43: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 43

Letter of Acceptance [Letterhead paper of the Procuring Agency]

[date]

To: [name and address of the Bidder]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract

and identification number, as given in the Special Conditions of Contract] for the Contract

Amount of [in numbers and words], as corrected and modified in accordance with the

Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if

the Bidder has not objected the name proposed for Arbitrator. The second option if the

Bidder has objected the proposed Arbitrator and proposed a mane for a substitute, who was

accepted by the Procuring Agency. And the third option if the Bidder has objected the

proposed Arbitrator and proposed a mane for a substitute, who was not accepted by the

Procuring Agency.

We confirm that [insert name proposed by Procuring Agency in the Bid Data],

or

We accept that [name proposed by Bidder] be appointed as the Arbitrator

or

We do not accept that [name proposed by Bidder] be appointed as Arbitrator, and by sending

a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are

hereby requesting [name], the Appointing Authority, to appoint the Arbitrator in accordance

with Clause 36.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision

of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract

Page 44: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 44

Form of Contract [Letterhead paper of the Procuring Agency]

This CONTRACT (hereinafter called the ―Contract‖) is made the [day] day of the month of

[month], [year], between, on the one hand, [name of Procuring Agency and related parties]

(hereinafter called the ―Procuring agency‖) and administrative head of hospitals [name of

Hospital MS and related parties] , on the other hand, [name of Bidder] (hereinafter called

the ―Bidder‖).

[Note: In the text below text in brackets is optional; all notes should be deleted in final text.

If the Bidder consist of more than one entity, the above should be partially amended to read

as follows: ―…(hereinafter called the ―Procuring agency‖) and, on the other hand, a joint

venture consisting of the following entities, each of which will be jointly and severally liable

to the Procuring agency for all the Bidder’s obligations under this Contract, namely, [name of

Bidder] and [name of Bidder] (hereinafter called the ―Bidder‖).]

WHEREAS

(a) the Procuring agency has requested the Bidder to provide certain Services as

defined in the General Conditions of Contract attached to this Contract

(hereinafter called the ―Services‖);

(b) the Bidder, having represented to the Procuring agency that they have the

required professional skills, and personnel and technical resources, have

agreed to provide the Services on the terms and conditions set forth in this

Contract for amount of……………………;

(c) the Procuring agency has received budget from the Government of Punjab. It

intends to apply a portion of the proceeds of this budget to eligible payments,

if any, under the contract.

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents shall be deemed to form and be read and construed as part of

this Agreement, and the priority of the documents shall be as follows:

(a) the Letter of Acceptance;

(b) the Special Conditions of Contract;

(c) the General Conditions of Contract;

(d) the Scope of Services;

(e) Performance Specifications and Drawings;

(f) Annexures; and

(g) the Bidder’s Bid.

2. The mutual rights and obligations of the Procuring agency and the Bidder shall be

as set forth in the Contract, in particular:

Page 45: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 45

(a) the Bidder shall carry out the Services in accordance with the provisions of

the Contract; and

(b) the Procuring agency shall make payments, if any, to the Bidder in accordance

with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

For and on behalf of [name of procuring agency]

[Authorized Representative]

For and on behalf of [name of Bidder]

[Authorized Representative]

[Note: If the Bidder consists of more than one entity, all these entities should appear as

signatories, e.g., in the following manner:]

For and on behalf of each of the Members of the Bidder

[name of member]

[Authorized Representative]

[name of member]

[Authorized Representative]

Page 46: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 46

Part-I

Section V. Bidding Forms

1. Bid Submission Form

Date:

No:

To

The Project Director,

Revamping of DHQ /THQ Hospitals in Punjab

Primary & Secondary Health Department

Government of the Punjab

31-E/1, Gulberg-III, Lahore

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

receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and

deliver [description of goods and services]in conformity with the said bidding documents for the

sum of [total bid amount in words and figures]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 will obtain the guarantee of a bank in a sum equivalent to

5% percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid

opening under Clause 22 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.

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 agent Amount and Currency Purpose of Commission or

gratuity

Page 47: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 47

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state ―none‖)

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

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 48: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 48

2. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Purchaser]

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 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 above goods

manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General

Conditions of Contract for the goods offered for supply by the above firm against this

Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the

Manufacturer. It should be included by the Bidder in its bid.

Page 49: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 49

3. Price Schedules

Sr. Item Brand/Model/Origi

n Qty

Unit

Price

(Rs.)

General

Sales Tax

Total

Amount

(Rs.)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

TOTAL AMOUNT (Rs.)

Page 50: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 50

Part-II

Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

Purchaser] (hereinafter called ―the Purchaser‖) of the one part and [name of Supplier] of

(hereinafter called ―the Supplier‖) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief

description of goods and services] and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of [contract price in words and figures] (hereinafter called ―the

Contract Price‖).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Bid Form and 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; and

(f) the Purchaser’s Notification of Award.

3. 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 the Contract

4. The Purchaser 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 the contract at the times and in the

manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Page 51: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 51

Signed, sealed, delivered by the (for the Supplier)

2. Performance Guarantee Form

To:

The Project Director

Project Management Unit (PMU)

Revamping of DHQ /THQ Hospitals in Punjab

31-E/1, Gulberg-III, Lahore

WHEREAS [name of Supplier](hereinafter called ―the Supplier‖) has undertaken, in pursuance

of Contract No. [reference number of the contract] dated ____________ 20_____ to supply

[description of goods and services] (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 reputable bank for the sum specified there in as

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 guar-

antee]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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 52: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 52

2. BID SECURITY FORM (Bank Guarantee) Security Executed on __________________________________________________ (Date)

Name of Surety (Bank) with Address: ________________________________________

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address _______________________________________

___________________________________________________________________________

___

Penal Sum of Security Rupees. _____________________(Rs. _____________________)

Bid Reference No. _______________________________________________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at

the request of the said Principal (Bidder) we, the Surety above named, are held and firmly

bound unto ______________________________________________________ (hereinafter

called the 'Employer') in the sum stated above for the payment of which sum well and truly to

be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has

submitted the accompanying Bid dated ______ for Bid No. _______ for_______(Particulars

of Bid) to the said Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the

Bidder furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistan or

from a foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to the

Employer, conditioned as under:

1. that the Bid Security shall remain in force up to and including the date---------- days

after the deadline for validity of bids as stated in the Instructions to Bidders or as it

may be extended by the Employer, notice of which extension(s) to the Surety is

hereby waived;

2. that the Bid Security of unsuccessful Bidders will be returned by the Employer after

expiry of its validity or upon signing of the Contract Agreement; and

3. That in the event of failure of the successful Bidder to execute the proposed Contract

Agreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on

the prescribed form presented to him for signature enter into a formal Contract with the said

Employer in accordance with his Bid as accepted and furnish within--------- days of his being

requested to do so, a Performance Security with good and sufficient surety, as may be

required, upon the form prescribed by the said Employer for the faithful performance and

proper fulfillment of the said Contract or in the event of non-withdrawal of the said Bid

within the time specified for its validity then this obligation shall be void and of no effect, but

otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the said

sum upon first written demand of the Employer (without cavil or argument) and without

requiring the Employer to prove or to show grounds or reasons for such demand, notice of

Page 53: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 53

which shall be sent by the Employer by registered post duly addressed to the Surety at its

address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding

whether the Principal (Bidder) has duly performed his obligations to sign the Contract

Agreement and to furnish the requisite Performance Security within the time stated above, or

has defaulted in fulfilling said requirements and the Surety shall pay without objection the

said sum upon demand from the Employer forthwith and without any reference to the

Principal (Bidder) or any other person.

IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under its

seal on the date indicated above, the name and seal of the Surety being hereto affixed and

these presents duly signed by its undersigned representative pursuant to authority of its

governing body.

SURETY (Bank)

WITNESS: Signature_________________________

1. ________________________________ Name____________________________

________________________________ Title_____________________________

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2. ________________________________

________________________________

Name, Title & Address

Page 54: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 54

Section A: General Conditions of Contract (GCC)

1. General Provisions

1.1 Definitions Unless the context otherwise requires, the following terms whenever

used in this Contract have the following meanings:

a) The Arbitrator is the person appointed jointly by the Procuring

agency and the Bidder to resolve disputes in the first instance, as

provided for in Sub-Clause 8.2 hereunder.

b) ―Contract‖ means the Contract signed by the Parties, to which

these General Conditions of Contract (GCC) are attached,

together with all the documents listed in Clause 1 of such signed

Contract;

c) ―Contract Price‖ means the price to be paid for the performance

of the Services, in accordance with Clause 6;

d) ―Day works‖ means varied work inputs subject to payment on a

time basis for the Bidder’s employees and equipment, in

addition to payments for associated materials and

administration.

e) ―Procuring agency‖ means the party who employs the Bidder

f) ―Foreign Currency‖ means any currency other than the currency

of the country of the Procuring agency;

g) ―GCC‖ means these General Conditions of Contract;

h) ―Government‖ means the Government of the Punjab;

i) ―Local Currency‖ means Pak Rupee (PKR);

j) ―Member,‖ in case the Bidder consist of a joint venture of more

than one entity, means any of these entities; ―Members‖ means

all these entities, and ―Member in Charge‖ means the entity

specified in the Special Conditions to act on their behalf in

exercising all the Bidder’ rights and obligations towards the

Procuring agency under this Contract;

k) ―Party‖ means the Procuring agency or the Bidder, as the case

may be, and ―Parties‖ means both of them;

l) ―Personnel‖ means persons hired by the Bidder or by any

SubSupplieras employees and assigned to the performance of

Page 55: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 55

the Services or any part thereof;

m) ―Bidder‖ is a person or corporate body whose Bid to provide the

Services has been accepted by the Procuring agency;

n) ―Bidder’s Bid‖ means the completed Bid document submitted

by the Bidder to the Procuring agency

o) ―SCC‖ means the Special Conditions of Contract by which the

GCC may be amended or supplemented;

p) ―Specifications‖ means the specifications of the service included

in the Bid document submitted by the Bidder to the Procuring

agency

q) ―Services‖ means the work to be performed by the Bidder

pursuant to this Contract, as described in Section C – Scope of

services, Bid document and attached Annexure ―Subservice

provider‖ means any entity to which the Bidder subcontracts

any part of the Services in accordance with the provisions of

Sub-Clauses 3.5 and 4.

1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of

Islamic Republic of Pakistan.

1.3 Language This Contract has been executed in the language specified in the

SCC, which shall be the binding and controlling language for all

matters relating to the meaning or interpretation of this Contract.

1.4 Notices Any notice, request, or consent made pursuant to this Contract shall

be in writing and shall be deemed to have been made when delivered

in person to an authorized representative of the Party to whom the

communication is addressed, or when sent by registered mail, telex,

telegram, or facsimile to such Party at the address specified in the

SCC.

1.5 Location The Services shall be performed at such locations as are specified in

Section C – Scope of services and/or Appendix D, in the

specifications and, where the location of a particular task is not so

specified, at such locations, whether in the Government’s country or

elsewhere, as the Procuring agency may approve.

1.6 Authorized

Representatives

Any action required or permitted to be taken, and any document

required or permitted to be executed, under this Contract by the

Procuring agency or the Bidder may be taken or executed by the

officials specified in the SCC.

1.7 Inspection and

Audit by the

The Bidder shall permit the Procuring Agency to inspect its accounts

and records relating to the performance of the Services and to have

Page 56: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 56

Procuring

Agency

them audited by auditors appointed by the Procuring Agency, if so

required.

1.8 Taxes and

Duties

The Bidder, Subservice providers, and their Personnel shall pay such

taxes, duties, fees, and other impositions as may be levied under the

Applicable Law

2. Commencement, Completion, Modification, and Termination of

Contract

2.1 Effectiveness of

Contract

This Contract shall come into effect on the date the Contract is

signed by both parties or such other later date as may be stated in

the SCC.

2.2 Commencement

of Services

2.2.1 Work

Program

Before commencement of the Services, the Bidder shall submit to

the Procuring agency for approval a Work Program showing the

general methods, arrangements, order and timing for all activities.

The Services shall be carried out in accordance with the approved

Work Program as updated.

2.2.2 Starting

Date

The Bidder shall start carrying out the Services seven (07) days

after the date the Contract becomes effective, or at such other date

as may be specified in the SCC.

2.3 Intended

Completion Date

Unless terminated earlier pursuant to Sub-Clause 2.6, the Bidder

shall complete the activities by the Intended Completion Date, as is

specified in the SCC.

2.4 Modification Modification of the terms and conditions of this Contract, including

any modification of the scope of the Services or of the Contract

Price, may only be made by written agreement between the Parties.

2.5 Force Majeure

2.5.1 Definition For the purposes of this Contract, ―Force Majeure‖ means an event

which is beyond the reasonable control of a Party and which makes

a Party’s performance of its obligations under the Contract

impossible or so impractical as to be considered impossible under

the circumstances.

2.5.2 No Breach

of Contract

The failure of a Party to fulfill any of its obligations under the

contract shall not be considered to be a breach of, or default under,

this Contract insofar as such inability arises from an event of Force

Majeure, provided that the Party affected by such an event (a) has

taken all reasonable precautions, due care and reasonable alternative

Page 57: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 57

measures in order to carry out the terms and conditions of this

Contract, and (b) has informed the other Party as soon as possible

about the occurrence of such an event.

2.5.3 Extension

of Time

Any period within which a Party shall, pursuant to this Contract,

complete any action or task, shall be extended for a period equal to

the time during which such Party was unable to perform such action

as a result of Force Majeure.

2.6 Termination

2.6.1 By the

Procuring

agency

The Procuring agency may terminate this Contract, by not less than

thirty (30) days’ written notice of termination to the Bidder, to be

given after the occurrence of any of the events specified in

paragraphs (a) through (d) of this Sub-Clause 2.6.1:

(a) if the Bidder does not remedy a failure in the performance of

its obligations under the Contract, within twenty-one (21)

days after being notified or within any further period as the

Procuring agency may have subsequently approved in writing;

(b) if the Bidder become insolvent or bankrupt;

(c) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less forty-five (45) days;

(d) if the Bidder, 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 sub-clause,

the terms set forth constitute corrupt or fraudulent activity:

i. ―corrupt practice‖ means the offering, giving, receiving, or

soliciting of anything of value to influence the action of a

public official, Bidder or Bidder in the procurement

process or in contract execution to the detriment of the

procuring agency; or misrepresentation of facts in order to

influence a procurement process or the execution of a

contract;

ii. ―fraudulent practice‖ is any act or omission, including

misrepresentation, that knowingly or recklessly misleads,

or attempts to mislead, a party to obtain financial or other

benefit or to avoid an obligation;

iii. ―collusive practices‖ is an arrangement among Bidders

(prior to or after Bid submission) designed to establish Bid

prices at artificial, non-competitive levels for any

wrongful gain, and to deprive the procuring agency of the

Page 58: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 58

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;

iv. ―coercive practices‖ is impairing or harming, or

threatening to impair or harm, directly or indirectly, any

person or the property of the person (participant in the

selection process or contract execution) to influence

improperly the actions of that person;

v. ―obstructive practice‖ is deliberately destroying,

falsifying, altering or concealing of evidence material to

the investigation or making false statements before

investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing or

intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation, or acts intended to materially

impede the exercise of the Client’s inspection and audit

rights.

2.6.2 By the

Bidder

The Bidder may terminate this Contract, by not less than thirty (30)

days’ written notice to the Procuring agency, such notice to be

given after the occurrence of any of the events specified in

paragraphs (a) and (b) of this Sub-Clause 2.6.2:

(a) if the Procuring agency fails to pay any monies due to the

Bidder within agreed timeline pursuant to this Contract, and

not subject to dispute pursuant to Clause 7, the Bidder shall

issue first notice that such payment is overdue. After forty-

five (45) days of giving written first-notice, if the procuring

agency still fails to pay, Bidder shall issue second written

notice. After fifteen days(15) of no response on second notice,

Bidder may give thirty (30) days termination notice; or

(b) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less than sixty (60) days.

2.6.3 Suspension

of Payment

If the Bidder has not received sums due to by the due date stated in

the SCC in accordance with Clause 6 the Bidder may issue a notice

as per sub-clause 2.6.2.

3. Obligations of the Bidder

3.1 General The Bidder shall perform the Services in accordance with the

Page 59: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 59

Specifications and Scope, and carry out its obligations with all due

diligence, efficiency, and economy, in accordance with generally

accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced

technology and safe methods. The Bidder shall always act, in

respect of any matter relating to this Contract or to the Services, as

faithful adviser to the Procuring agency, and shall at all times

support and safeguard the Procuring agency’s legitimate interests in

any dealings with Sub Supplier or third parties.

3.2 Conflict of

Interests

3.2.1 Bidder Not

to Benefit

from

Commissio

ns and

Discounts.

The remuneration of the Bidder pursuant to Clause 6 shall

constitute the Bidder’s sole remuneration in connection with this

Contract or the Services, and the Bidder shall not accept for their

own benefit any trade commission, discount, or similar payment in

connection with activities pursuant to this Contract or to the

Services or in the discharge of their obligations under the Contract,

and the Bidder shall use their best efforts to ensure that the

Personnel, any Subservice provider, and agents of either of them

similarly shall not receive any such additional remuneration.

3.2.2 Bidder and

Affiliates

Not to be

Otherwise

Interested

in Project

The Bidder agree that, during the term of this Contract and after its

termination, the Bidder and its affiliates, as well as any Sub

Supplier and any of its affiliates, shall be disqualified from

providing goods, works, or Services (other than the Services and

any continuation thereof) for any project resulting from or closely

related to the Services.

3.2.3 Prohibition

of

Conflicting

Activities

Neither the Bidder nor its Subservice providers nor the Personnel

shall engage, either directly or indirectly, in any of the following

activities:

(a) during the term of this Contract, any business or professional

activities which would conflict with the activities assigned to

them under this Contract;

(b) during the term of this Contract, neither the Bidder nor their

Subservice providers shall hire such public employees, in

active duty or on any type of leave, which would conflict with

the activities assigned to Bidder to perform any activity under

this Contract;

(c) after the termination of this Contract, such other activities as

may be specified in the SCC.

3.3 Confidentiality The Bidder, its Subservice providers, and the Personnel of either of

them shall not, either during the term or within two (2) years after

Page 60: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 60

the expiration of this Contract, disclose any proprietary or

confidential information relating to the Project, the Services, this

Contract, or the Procuring agency’s business or operations without

the prior written consent of the Procuring agency.

3.4 Insurance to be

Taken Out by

the Bidder

The Bidder (a) shall take out and maintain, and shall cause any

Subservice providers to take out and maintain, at its (or the

Subservice providers’, as the case may be) own cost but on terms

and conditions approved by the Procuring agency, insurance

against the risks, and for the coverage, as shall be specified in the

SCC; and (b) at the Procuring agency’s request, shall provide

evidence to the Procuring agency showing that such insurance has

been taken out and maintained and that the current premiums have

been paid.

3.5 Bidder’s

Actions

Requiring

Procuring

agency’s Prior

Approval

The Bidder shall obtain the Procuring agency’s prior approval in

writing before taking any of the following actions:

(a) entering into a subcontract for the performance of any part of

the contract,

(b) appointing such members of the Personnel not listed by name

in Scope (―Key Personnel‖),

(c) changing the Program of activities; and

(d) any other action that may be specified in the SCC.

3.6 Reporting

Obligations

The Bidder shall submit to the Procuring agency the reports and

documents specified in Scope in the form, in the numbers, and

within the periods set forth in the said scope.

3.7 Documents

Prepared by the

Bidder to Be the

Property of the

Procuring

agency

All plans, drawings, specifications, designs, reports, and other

documents and software submitted by the Bidder in accordance

with Sub-Clause 3.6 shall become and remain the property of the

Procuring agency, and the Bidder shall, not later than upon

termination or expiration of this Contract, deliver all such

documents and software to the Procuring agency, together with a

detailed inventory thereof. The Bidder may retain a copy of such

documents and software. Restrictions about the future use of these

documents, if any, shall be specified in the SCC.

3.8 Liquidated

Damages

3.8.1 Payments of

Liquidated

Damages

The Bidder shall pay liquidated damages to the Procuring agency at

the rate per day stated in the SCC for each day that the

Completion Date is later than the Intended Completion Date. The

total amount of liquidated damages shall not exceed the amount

Page 61: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 61

defined in the SCC. The Procuring agency may deduct liquidated

damages from payments due to the Bidder. Payment of liquidated

damages shall not affect the Bidder’s liabilities.

3.8.2 Correction

for Over-

payment

If the Intended Completion Date is extended after liquidated

damages have been paid, the Procuring agency shall correct any

overpayment of liquidated damages by the Bidder by adjusting the

next payment certificate. The Bidder shall be paid interest on that

sum, calculated from the date of payment to the date of repayment,

at the rates specified in Clause 6.

3.8.3 Lack of performance

penalty

If the Bidder has not corrected a Defect within the time specified in

the Procuring agency’s notice, a penalty for Lack of performance

will be paid by the Bidder. The amount to be paid will be calculated

as a percentage of the cost of having the Defect corrected, assessed

as described in Sub-Clause 7.2 and specified in the SCC.

3.9 Performance

Security

The Bidder shall provide the Performance Security to the Procuring

agency no later than the date specified in the Letter of acceptance.

The Performance Security shall be issued in an amount and form

and by a bank or surety acceptable to the Procuring agency, and

denominated in the types and proportions of the currencies in which

the Contract Price is payable. The performance Security shall be

5% shall be valid for a period of 12 Months (3% of the

Performance Guarantee will be discharged after successful

installation of the machinery and remaining 2% will remain with

Procuring Agency until the completion of warranty period.

4. Bidder’s Personnel

4.1 Description of

Personnel

The titles, agreed job descriptions, minimum qualifications, and

estimated periods of engagement in the carrying out of the work of

the Bidder’s Key Personnel are described in Scope of work.

4.2 Removal and/or

Replacement of

Personnel

(a) If the Procuring agency finds that any of the Personnel have (i)

committed serious misconduct or have been charged with

having committed a criminal action, or (ii) have reasonable

cause to be dissatisfied with the performance of any of the

Personnel, then the Bidder shall, at the Procuring agency’s

written request specifying the grounds thereof, provide as a

replacement a person with qualifications and experience

acceptable to the Procuring agency.

(b) The Bidder shall have no claim for additional costs arising out

of or incidental to any removal and/or replacement of

Personnel.

Page 62: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 62

5. Obligations of the Procuring Agency

5.1 Assistance and

Exemptions

The Procuring agency shall use its best efforts to ensure that the

Government shall provide the Bidder such assistance and exemptions

as specified in the SCC.

5.2 Change in the

Applicable

Law

If, after the date of this Contract, there is any change in the Applicable

Law with respect to taxes and duties which increases or decreases the

cost of the Services rendered by the Bidder, then the remuneration and

reimbursable expenses otherwise payable to the Bidder under this

Contract shall be increased or decreased accordingly by agreement

between the Parties, and corresponding adjustments shall be made to

the amounts referred to in Sub-Clauses 6.2 (a) or (b), as the case may

be.

5.3 Services and

Facilities

The Procuring agency shall make available to the Bidder the Services

and Facilities listed under Section – C, Scope of Work. Provision of

site free from all encumbrances for construction activity shall be the

responsibility of the Procuring Agency, failure to provide a clear-site

is a compensation event

6. Payments to the Bidder

6.1 Lump-Sum

Remuneration

The Bidder’s remuneration shall not exceed the Contract Price and

shall be a fixed lump-sum including all Subservice providers’ costs,

and all other costs incurred by the Bidder in carrying out the Services

described in Section C and Scope of Work of Bid document. Except

as provided in Sub-Clause 5.2, the Contract Price may only be

increased above the amounts stated in Sub-Clause 6.2 if the Parties

have agreed to additional payments in accordance with Sub-Clauses

2.4 and 6.3.

6.2 Contract Price (a) The price payable in Pak Rupees (PKR) is set forth in SCC.

(b) The price payable in foreign currency is set forth in the SCC.

6.3 Payment for

Additional

Services

6.3.1 For the purpose of determining the price for additional Services

as may be agreed under Sub-Clause 2.4, a breakdown of the

price is to be provided in Appendix C.

7. Quality Control

7.1 Identifying

Defects

The principle and modalities of Inspection of the equipment by the

Procuring agency shall be as indicated in the SCC and Scope of

Work. The Procuring agency shall check the Bidder’s performance

and notify him of any Defects that are found. Such checking shall

not affect the Bidder’s responsibilities. The Procuring agency may

Page 63: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 63

instruct the Bidder to search for a Defect and to uncover and test any

service that the Procuring agency considers may have a Defect. The

building defects liability period is 4 months, starting from date

mentioned on ―Completion Certificate‖.

7.2 Correction of

Deficiencies,

and Non-

Performance

Penalty

(a) The Procuring agency shall give notice to the Bidder of any

Defects before the end of the Contract. The Defects liability

period shall be extended for as long as Deficiencies remain to

be corrected.

(b) Every time notice of Deficiency is given, the Bidder shall

correct the notified Deficiency within the length of time

specified by the Procuring agency’s notice.

(c) If the Bidder has not corrected a Deficiency within the time

specified in the Procuring agency’s notice, the Procuring

agency will assess the cost of having the Deficiency corrected,

the Bidder will pay this amount, and a Penalty for Non-

Performance.

8. Settlement of Disputes

8.1 Amicable

Settlement

The Parties shall use their best efforts to settle amicably all disputes

arising out of or in connection with this Contract or its interpretation.

8.2 Dispute

Settlement

8.2.1 If any dispute arises between the Procuring agency and the

Bidder in connection with, or arising out of, the Contract or the

provision of the equipment, whether during carrying out the

Services or after their completion, the matter shall be referred to

the Arbitrator within 14 days of the notification of disagreement

of one party to the other.

8.2.2 The Arbitrator shall give a decision in writing within 28 days of

receipt of a notification of a dispute.

8.2.3 Should the Arbitrator resign or die, or should the Procuring

agency and the Bidder agree that the Arbitrator is not functioning

in accordance with the provisions of the Contract, a new

Arbitrator will be jointly appointed by the Procuring agency and

the Bidder

Page 64: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 64

Section B. Special Conditions of Contract

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

1.1(a) The Arbitrator is:

To be mutually decided by procuring agency and Bidder

1.1(b) The contract name is:

Supply and Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab

Country of Origin: UK, USA, Europe, Japan

1.1(e) The Procuring agency is :

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

1.1(p) The Bidder is ____________________

1.2 The Applicable Law is:

Laws of Islamic Republic of Pakistan

1.3 The language is:

English

1.4 The addresses are:

Procuring agency:

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

Attention: Project Director, PMU

Tel: _______________

Email: procurement,[email protected]

Bidder:

Attention:

Tel:

Email:

1.6 The Authorized Representatives are:

Page 65: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section B- Special Conditions of Contract (SCC) 65

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

For the Procuring agency:

Project Director, PMU

For the Bidder:

2.1 The contract shall come into force upon the award of contract

2.2.2 The delivery period for the equipment shall be 6-8 weeks after the award of

contract and the Installation of the Laundry System shall complete within

Thirty (30) days after the delivery of the equipment.

3.8.1 As listed in Scope of Work clause 4.8.9

6, 6.2(a) The bid price quoted on DDP basis shall be in Pak Rupees and the prices

quoted on C&F basis prices shall be in foreign currencies and fixed.

The Contract Price Shall be the bid price submitted by qualified responsive

lowest evaluated bidder to whom contract is awarded.

The bid price shall be inclusive of all delivery, transportation, installation

charges, duties, taxes, levies etc. however, the breakup of the cost shall be

provided on the financial forms given in this bid document. The operational

cost of the machinery for feeder hospital and the Satellite hospital shall be

separately provided in the bid price.

The Bid shall be evaluated on the basis of aggregate of all the prices,

however, the procuring agency may issue work order for one or more

hospitals separately.

7.1 The Payments against the capital cost shall be made within _30_ (thirty) __

days of the successful installation, commissioning & testing of machinery.

Page 66: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 66

Page 67: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 67

Part III – Appendices

Appendix A —Equipment

Page 68: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals
Page 69: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

1

1 | P a g e

SUPPLY ITEMS / SCOPE OF WORK – SPECIFICATIONS

(TECHNICAL) Supply, Installation, Testing, Commissioning and

Maintenance (during maintenance period) of The Complete Laundry

System

Sr.no Equipment Name Specifications

1 Hygiene/ Barrier The Washer Extractor shall be electric heating free standing type, fully

Washer (Imported) automatic with front/back loading/unloading. Fully programmable,

(200kg Linen) microprocessor control. Stainless steel in all vital parts

for high degree

of rust protection, Stainless steel front panels and powder painted side

panels, Multi liquid supply connections/ powder compartment. Technical specifications:

• Capacity/Load: As per design 30-40 kg or 50-60 kg (approx. 200 kg

must be available)

• Extraction : 700-800 rpm (Approx) • g Factor : not less than 300

• Pneumatic drain valve

• Cycle Time: Max. 45 min.

• Frequency controlled motor drive system

2. Drying Tumbler (Imported)

Drying Tumbler with electric heating, fully automatic Microprocessor

(100kg Lenin) control having stainless steel drum and 2 full loads per hour. Error codes

for easy trouble shooting. Service program for adjustment of parameters,

temperature and cool down time. The tumbler to be factory painted with

enameled paint and shall have the following specifications:

• Capacity of drying tumbler: 30-40 kg or 50-60 kg (approx. 100 kg must

be available)

• Cycle Time: 30 min. including loading & unloading

3. Flat work Ironer Imported (01)

Flat Work Dryer Ironer shall be electric heated, cylindrical type having

single roller/cylinder. Automatic speed adjustment. Finger guard

protection, Nickel-plated cylinder, Front loading and Front return and

shall have following minimum specifications:

• Speed: 1-8 m/ min (variable speed) • Drive: Electrical Motor

• Feeding: Through Belts

Page 70: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

• Cylinder Dia: 400 - 450 mm Approximately

• Working Width: 2,000 – 2,500 mm

Approximately

• The Dryer Ironer to be a compact free standing self-contained unit.

4. Utility Press Imported (01)

Air operated laundry press adjustable squeezing pressure between head

and buck.

Technical specifications:

• Electric heating

• Integrated/ separate air compressor

• Fitted with timer and two hand push buttons • Water spray gun, condenser and support

5. Hand Ironer with Electric heated iron with cut off, iron rest. Table (01)

6. Sewing Machine (01) Motorized, Heavy duty with sewing machine table

7. Packing/Sorting Table The main structure is completely built with tubular profiles in Stainless

(01) Steel, With 4 plastic feet in the corners.

(Local/Imported) Dimensions: Length: 1400 mm, Width: 800 mm, Height: 900 mm

8. Dirty Linen Collection Trolley with four Polyester bags

Trolley (02) Set of two colour coded bags holder trolley

(Local/Imported) Bag holder with ring to hold every type of bag. Construction fully welded SS

Solid frame with reinforced base.

Stainless steel tube frame

Lowe base of SS

Dimension of bag holder 38 x 26 cm approx. Four Wheel 150 mm

9. Clean Linen Clean Linen Trolley with four levels/ Shelves

Distribution Trolley Interior Shelves with 30-35 cm distance

(02) Construction fully welded SS (Local/Imported) Stainless Steel tube frame or Aluminum

Two swing doors lockable

Castors 150 mm

Wheel bumpers

Push Bar

Lateral bag holder with polyester bag of 70 Liters minimum

10. Storage Racks (02) Stainless steel Storage Rack with five Shelves

(Local/Imported) Interior Shelves with min 30-35 cm distance Shelves should be removable and adjustable

Construction fully welded

Page 71: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 3

Steel tube frame with epoxy finish

Two swing doors lockable

Castors 150 mm Wheel bumpers

Push Bar

11. Dirty Linen Storage Stainless steel / fiber glass Storage Bin to be placed in the collection area/

Bin (30) wards/ Theatres etc with dissolvable material bag.

(Local/Imported) Capacity 15-20kg dry linen

12. Clean Linen Storage Stainless steel with front glass for storage of Clean linen.

Cupboard (30) Four Shelves with min 30-35 cm distance

(Local/Imported) Two swing doors lockable

13. Weighing Scale (01) For weighing linen before feeding into machines

Floor mounted

200kg capacity with platform

14. Electric Power 200kKVA Electric Power Generator with Canopy and ATS Panel

Generator (as per approved specs)

Page 72: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Appendix C2 - Performance Security

(Performance Security to be furnished by the Bidder in the amount specified in Data sheet

/SCC in the form of Demand Draft. Pay order, CDR, or Bank Guarantee.

Page 73: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 5

PROJECT MANAGEMENT UNIT (PMU)

B I D D I N G D O C U M E N T

Package-2

Supply &Installation of Laundry System in

selected DHQ/THQ Hospitals of Punjab

Project Management Unit

Government of the Punjab

September 2017

Page 74: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

6 Section IV: Scope of Work

Invitation for Bids Dated: September 5, 2017

1. The Project Management Unit (PMU) has received budget from Government of

Punjab towards the cost of Revamping of DHQ/THQ Hospitals in Punjab. It is intended that

part of the proceeds of this budget will be applied to eligible payments under the contract for

supply of following items:

Package-

2 Item Qty Bid Security

LOT-I

Supply & Installation of Laundry System in the

following Hospital

DHQ Hafizabad

1 20,000

LOT-II

Supply & Installation of Laundry System in the

following Hospital

THQ Bhalwal

1 20,000

LOT-III

Supply & Installation of Laundry System in the

following Hospital

DHQ Chiniot

1 20,000

LOT-IV

Supply & Installation of Laundry System in the

following Hospital

DHQ Lodhran

1 20,000

LOT-V

Supply & Installation of Laundry System in the

following Hospital

DHQ Mianwali

1 20,000

LOT-VI

Supply & Installation of Laundry System in the

following Hospital

DHQ Bhakkar

1 20,000

LOT-VII

Supply & Installation of Laundry System in the

following Hospital

DHQ Bahwalnagar

1 20,000

VIII

Supply & Installation of Laundry System in the

following Hospital

THQ Khanpur

1 20,000

IX

Supply & Installation of Laundry System in the

following Hospital

DHQ Vehari

1 20,000

2. The PMU now invites sealed bids from eligible bidders, Manufacturers, authorized

Sales & Service Dealers for the supply of above mentioned items.

Page 75: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 7

3. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two

Envelope) procedures specified in the Punjab Procure Rules (PPRA) 2014 (amended Jan

2016), and is open to all eligible bidders as defined in the bidding document

4. Interested eligible bidders may obtain bidding documents and further information

from the Office of Procurement Specialist, Project Management Unit,

Revamping of DHQ/THQ Hospitals, 31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore or

download from website: www.pshealth.punjab.gov.pk

5. The provisions in the Instructions to Bidders and in the General Conditions of

Contract are the provisions of the Bidding Documents.

6. Sealed Bids must be delivered to the above office on or before 11:00 a.m on

4th

October 2017 and must be accompanied by a Bid Security as mentioned above in the

form of CDR/Pay Order/Demand Draft/Bank Guarantee.

7. Bids will be opened in the presence of bidders’ representatives who choose to

attend at 11:30 a.m.in the Office of Procurement Specialist, Project Management Unit,

31-E/1, Shahrah-e-Imam Hussain, Gulberg-III, Lahore on the same date.

8. The bidders are requested to give their best and final prices as no negotiations are

expected.

9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax

registration certificate must be provided.

10. For obtaining any further information or clarifications, please contact the person

named below

Procurement Specialist

Program Management Unit (PMU)

Primary & Secondary Healthcare Department

31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore

Tel: 042-99231202 Mob: 0333-3246467, 0333-4748418, 0333-4407161

Website: www.pshealth.punjab.gov.pk

Email: [email protected]

Table of Contents

Page 76: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

8 Section IV: Scope of Work

PART-I

SECTION I. INSTRUCTIONS TO BIDDERS (ITB) ....................................................................... 5

SECTION II. BID DATA SHEET .................................................................................................... 18

SECTION III. SCHEDULE OF REQUIREMENTS ...................................................................... 23

SECTION IV. TECHNICAL SPECIFICATIONS ......................................................................... 24

SECTION V. BIDDING FORMS ..................................................................................................... 29

1. Bid Submission Form .................................................................................................................. 29

2. Manufacturer’s Authorization Form ............................................................................................ 31

3. Price Schedules ............................................................................................................................ 32

PART-II

SECTION I. CONTRACT FORMS ................................................................................................. 34

1. Contract Form .............................................................................................................................. 34

2. Performance guarantee Form ....................................................................................................... 35

SECTION II. GENERAL CONDITIONS OF CONTRACT (GCC) ............................................ 36

SECTION III. SPECIAL CONDITIONS OF CONTRACT (SCC) .............................................. 47

Part-I

Section I. Instructions to Bidders

Page 77: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 9

A. Introduction

1. Source of

Funds

1.1 The Procuring Agency named in the Bid Data Sheet has received

budget from the Government of Punjab. The Procuring Agency

intends to apply a portion of the proceeds of this budget to

eligible payments under the contract for which this Invitation for

Bids is issued.

2. Eligible

Bidders

2.1 This Invitation for Bids is open to all suppliers, except as

provided hereinafter.

2.2 Bidders should not be associated, or have been associated in the

past, directly or indirectly, with a firm or any of its affiliates

which have been engaged by the Procuring Agency to provide

consulting services for the preparation of the design,

specifications, and other documents to be used for the

procurement of the goods to be purchased under this Invitation

for Bids.

2.3 Government-owned enterprises may participate only if they are

legally and financially autonomous, if they operate under

commercial law, and if they are not a dependent agency of the

Government.

2.4 Bidders shall not be under a declaration of blacklisting by any

Government department or Punjab Procurement Regulatory

Authority (PPRA).

3. Eligible Goods

and Services

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

shall have their origin in eligible source countries, defined in the

Bid Data Sheet (BDS), and all expenditures made under the

contract will be limited to such goods and services.

3.2 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. Goods are produced when,

through manufacturing, processing, or substantial and major

assembly of components, a commercially-recognized product

results that is substantially different in basic characteristics or in

purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality

of the Bidder.

4. Cost of

Bidding

4.1 The Bidder shall bear all costs associated with the preparation

and submission of its bid, and the Procuring Agency named in

Page 78: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

10 Section IV: Scope of Work

the Bid Data Sheet, hereinafter referred to as ―the Purchaser,‖

will in no case be responsible or liable for those costs, regardless

of the conduct or outcome of the bidding process.

B. The Bidding Documents

5. Content of

Bidding

Documents

5.1 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) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance guarantee Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms,

and specifications in the bidding documents. Failure to furnish

all information required by the bidding documents or to submit a

bid not substantially responsive to the bidding documents in

every respect will be at the Bidder’s risk and may result in the

rejection of its bid.

6. Clarification of

Bidding

Documents

6.1 A prospective Bidder requiring any clarification of the bidding

documents may notify the Purchaser in writing or by email at the

Purchaser’s address indicated in ITB Clause 19.1. The Purchaser

will respond in writing to any request for clarification of the

bidding documents which it receives no later than three (3) days

prior to the deadline for the submission of bids prescribed in the

Bid Data Sheet. Written copies of the Purchaser’s response

(including an explanation of the query but without identifying

the source of inquiry) will 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

Purchaser, 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.

Page 79: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 11

7.2 All prospective bidders that have received the bidding documents

will be notified of the amendment in writing or by email, and

will be bidding 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

Purchaser, at its discretion, may extend the deadline for the

submission of bids.

C. Preparation of Bids

8. Language of

Bid

8.1 The bid prepared by the Bidder, as well as all correspondence

and documents relating to the bid exchanged by the Bidder and

the Purchaser shall be written in the language specified in the

Bid Data Sheet. Supporting documents and printed literature

furnished by the Bidder may be in same language.

9. Documents

Comprising

the Bid

9.1 The bid prepared by the Bidder shall comprise the following

components:

(a) a Bid Form and a Price Schedule completed in accordance

with ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB

Clause 13 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 14 that the goods and ancillary services to be

supplied by the Bidder are eligible goods and services and

conform to the bidding documents; and

(d) Bid security furnished in accordance with ITB Clause 15.

10. Bid Form

10.1 The Bidder shall complete the Bid Form and the appropriate

Price Schedule furnished in the bidding documents, indicating

the goods to be supplied, a brief description of the goods, and

their country of origin, quantity, and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the

unit prices (where applicable) and total bid price of the goods it

proposes to supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty

paid (DDP) and C&F prices.

Page 80: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

12 Section IV: Scope of Work

11.3 The Bidder’s separation of price components in accordance with

ITB Clause 11.2 above will be solely for the purpose of

facilitating the comparison of bids by the Purchaser and will not

in any way limit the Purchaser’s right to contract on any of the

terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s

performance of the contract and not subject to variation on any

account, unless otherwise specified in the Bid Data Sheet. A bid

submitted with an adjustable price quotation will be treated as

nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in foreign currencies in case of C&F and

in Pak Rupees in case of DDP.

13. Documents

Establishing

Bidder’s

Eligibility and

Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the Bidder’s eligibility to bid and its

qualifications to perform the contract if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall

establish to the Purchaser’s satisfaction that the Bidder, at the

time of submission of its bid, is eligible as defined under ITB

Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to

perform the contract if its bid is accepted shall establish to the

Purchaser’s satisfaction:

(a) that, in the case of a Bidder offering to supply goods under

the contract which the Bidder did not manufacture or

otherwise produce, the Bidder has been duly authorized by

the goods’ Manufacturer or producer to supply the in

Pakistan;

(b) that the Bidder has the financial, technical, and production

capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within

Pakistan, the Bidder is or will be (if awarded the contract)

represented by an Agent in that country equipped, and able

to carry out the Supplier’s maintenance, repair, and spare

parts stocking obligations prescribed in the Conditions of

Contract and/or Technical Specifications; and

(d) That the Bidder meets the qualification criteria listed in the

Bid Data Sheet.

Page 81: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 13

14. Documents

Establishing

Goods’

Eligibility and

Conformity to

Bidding

Documents

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the eligibility and conformity to the

bidding documents of all goods and services which the Bidder

proposes to supply under the contract.

14.2 The documentary evidence of the eligibility of the goods and

services shall consist of a statement in the Price Schedule of the

country of origin of the goods and services offered which shall

be confirmed by a certificate of origin issued at the time of

shipment.

14.3 The documentary evidence of conformity of the goods and

services to the bidding documents may be in the form of

literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and

performance characteristics of the goods;

(b) a list giving full particulars, including available sources and

current prices of spare parts, special tools, etc., necessary

for the proper and continuing functioning of the goods for a

period to be specified in the Bid Data Sheet, following

commencement of the use of the goods by the Purchaser;

and

(c) an item-by-item commentary on the Purchaser’s Technical

Specifications demonstrating substantial responsiveness

of the goods and services to those specifications, or a

statement of deviations and exceptions to the provisions of

the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB

Clause 14.3(c) above, the Bidder shall note that standards for

workmanship, material, and equipment, as well as references to

brand names or catalogue numbers designated by the Purchaser

in its Technical Specifications, are intended to be descriptive

only and not restrictive. The Bidder may substitute alternative

standards, brand names, and/or catalogue numbers in its bid,

provided that it demonstrates to the Purchaser’s satisfaction that

the substitutions ensure substantial equivalence to those

designated in the Technical Specifications.

15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, a bid security in the amount specified in the Bid Data Sheet.

Page 82: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

14 Section IV: Scope of Work

15.2 The bid security is required to protect the Purchaser against the

risk of Bidder’s conduct which would warrant the security’s

forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of

the following forms:

(c) Bank call-deposit (CDR), Demand Draft (DD), Pay Order

(PO) or Bank Guarantee (BG) valid for thirty (30) days

beyond the validity of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and

15.3 will be rejected by the Purchaser as nonresponsive, pursuant

to ITB Clause 24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned

as promptly as possible but not later than thirty (30) days after

the expiration of the period of bid validity prescribed by the

Purchaser pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the

Bidder signing the contract, pursuant to ITB Clause 32, and

furnishing the performance guarantee, pursuant to ITB Clause

33.

15.7 The bid security may be forfeited:

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

validity specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause

32;

or

(ii) to furnish performance guarantee in accordance with

ITB Clause 33.

16. Period of

Validity of

Bids

16.1 Bids shall remain valid for the period specified in the Bid Data

Sheet after the date of bid opening prescribed by the Purchaser,

pursuant to ITB Clause 19. A bid valid for a shorter period shall

be rejected by the Purchaser as nonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit the

Bidder’s consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing (or by

Page 83: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 15

email). The bid security provided under ITB Clause 15 shall also

be suitably extended. A Bidder may refuse the request without

forfeiting its bid security. A Bidder granting the request will not

be required nor permitted to modify its bid, except as provided in

ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a

period exceeding sixty (60) days beyond the expiry of the initial

bid validity, the contract price will be adjusted by a factor

specified in the request for extension.

17. Format and

Signing of Bid

17.1 The Bidder shall prepare an original and the number of copies of

the bid indicated in the Bid Data Sheet, clearly marking each

―ORIGINAL BID‖ and ―COPY OF BID,‖ as appropriate. In the

event of any discrepancy between them, the original shall

govern.

17.2 The original and the copy or copies of the bid shall be typed or

written in indelible ink and shall be signed by the Bidder or a

person or persons duly authorized to bind the Bidder to the

contract. All pages of the bid, except for unamended printed

literature, shall be initialed by the person or persons signing the

bid.

17.3 Any interlineations, erasures, or overwriting shall be valid only if

they are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of

Bid on commissions or gratuities, if any, paid or to be paid to

agents relating to this Bid, and to contract execution if the Bidder

is awarded the contract.

D. Submission of Bids

18. Sealing and

Marking of

Bids

18.1 The Bidder shall seal the original and each copy of the bid in

separate envelopes, duly marking the envelopes as ―ORIGINAL‖

and ―COPY.‖ The envelopes shall then be sealed in an outer

envelope.

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in the

Bid Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid

Data Sheet, the Invitation for Bids (IFB) title and number

Page 84: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

16 Section IV: Scope of Work

indicated in the Bid Data Sheet, and a statement: ―DO

NOT OPEN BEFORE,‖ to be completed with the time and

the date specified in the Bid Data Sheet, pursuant to ITB

Clause 2.2.

18.3 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 ―late‖.

18.4 If the outer envelope is not sealed and marked as required by ITB

Clause 18.2, the Purchaser will assume no responsibility for the

bid’s misplacement or premature opening.

19. Deadline for

Submission of

Bids

19.1 Bids must be received by the Purchaser at the address specified

under ITB Clause 18.2 no later than the time and date specified

in the Bid Data Sheet.

19.2 The Purchaser 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 Purchaser and bidders previously subject to the

deadline will thereafter be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for

submission of bids prescribed by the Purchaser pursuant to ITB

Clause 19 will be rejected and returned unopened to the Bidder.

21. Modification

and

Withdrawal of

Bids

21.1 The Bidder may modify or withdraw its bid after the bid’s

submission, provided that written notice of the modification,

including substitution or withdrawal of the bids, is received by

the Purchaser prior to the deadline prescribed for submission of

bids.

21.2 The Bidder’s modification or withdrawal notice shall be

prepared, sealed, marked, and dispatched in accordance with the

provisions of ITB Clause 18. A withdrawal notice may also be

sent by email, but followed by a signed confirmation copy,

postmarked no later than the deadline for submission of bids.

21.3 No bid may be modified after the deadline for submission of

bids.

21.4 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 by the Bidder on the Bid Form. Withdrawal of

a bid during this interval may result in the Bidder’s forfeiture of

its bid security, pursuant to the ITB Clause 15.7.

Page 85: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 17

E. Opening and Evaluation of Bids

22. Opening of

Bids by the

Purchaser

22.1 The Purchaser will open all bids in the presence of bidders’

representatives who choose to attend, at the time, on the date,

and at the place specified in the Bid Data Sheet. The bidders’

representatives who are present shall sign an attendance sheet

evidencing their presence.

22.2 The bidders’ names, bid modifications or withdrawals, bid

prices, discounts, and the presence or absence of requisite bid

security and such other details as the Purchaser, at its discretion,

may consider appropriate, will be announced at the opening. No

bid shall be rejected at bid opening, except for late bids, which

shall be returned unopened to the Bidder pursuant to ITB Clause

20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that

are not opened and read out at bid opening shall not be

considered further for evaluation, irrespective of the

circumstances. Withdrawn bids will be returned unopened to the

bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of

Bids

23.1 During evaluation of the bids, the Purchaser 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.

24. Preliminary

Examination

24.1 The Purchaser will 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.

24.2 Arithmetical errors will 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 Supplier does not accept the correction of the errors, its bid

will be rejected, and its bid security may be forfeited. If there is

a discrepancy between words and figures, the amount in words

will prevail.

Page 86: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

18 Section IV: Scope of Work

24.3 The Purchaser 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.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the

Purchaser will determine the substantial responsiveness of each

bid to the bidding documents. For purposes of these Clauses, a

substantially responsive bid is one which conforms to all the

terms and conditions of the bidding documents without material

deviations. Deviations from, or objections or reservations to

critical provisions, such as those concerning Bid Security (ITB

Clause 15), Applicable Law (GCC Clause 30), and Taxes and

Duties (GCC Clause 32), will be deemed to be a material

deviation. The Purchaser’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself

without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the

Purchaser and may not subsequently be made responsive by the

Bidder by correction of the nonconformity.

25. Qualification

& Evaluation

of Bids

25.1 In the absence of prequalification, the Purchaser will determine

to its satisfaction whether the Bidder is qualified to perform the

contract satisfactorily, in accordance with the criteria listed in

ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, pursuant to ITB Clause

13.3, as well as such other information as the Purchaser deems

necessary and appropriate.

25.3 The Purchaser will technically evaluate and compare the bids

which have been determined to be substantially responsive,

pursuant to ITB Clause 24, as per Technical Specifications

required

25.4 The Purchaser’s financial evaluation of a bid will be Lowest

Delivered Duty Paid (DDP)/C&F Total Price offered by the qualified

responsive bidder.

Alternate 25.5 Quality & Cost-based Selection:

The following merit point system for weighing evaluation factors

can be applied if specified in the Bid Data Sheet. The number of

Page 87: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 19

points allocated to each factor shall be specified in the Bid Data

Sheet.

[In the Bid Data Sheet, choose from the range of]

Price of the goods 60 to 90

Quality, technology and metallurgy 0 to 20

Performance and productivity 0 to 20

Standardization 0 to 20

Projected life-cycle cost 0 to 20

Operating and maintenance costs 0 to 20

Cost of spare parts and after-sales-service 0 to 20

Total 100

The bid scoring the highest number of points will be deemed to

be the lowest evaluated bid.

26. Contacting the

Purchaser

26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser

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

to the time evaluation report is made public i.e. 10 days before

the contract is awarded. If the Bidder wishes to bring additional

information or has grievance to the notice of the Purchaser, it

should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid

evaluation, or bid comparison may result in the rejection of the

Bidder’s bid.

F. Award of Contract

28. Award

Criteria

28.1 Subject to ITB Clause 30, the Purchaser will award the contract

to the successful Bidder whose bid has been determined to be

substantially responsive and has been determined to be the

lowest evaluated bid, provided further that the Bidder is

determined to be qualified to perform the contract satisfactorily.

29. Purchaser’s

Right to Vary

Quantities at

Time of Award

29.1 The Purchaser reserves the right at the time of contract award to

increase or decrease, by the percentage indicated in the Bid Data

Sheet, the quantity of goods and services originally specified in

the Schedule of Requirements without any change in unit price

or other terms and conditions.

30. Purchaser’s

Right to

Accept or

30.1 The Purchaser reserves the right to accept or reject all bids, and

to annul the bidding process at any time prior to contract award,

without thereby incurring any liability to the Bidder or bidders or

Page 88: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

20 Section IV: Scope of Work

Reject All Bids any obligation to inform the Bidder or bidders of the grounds for

the Purchaser’s action.

31. Notification of

Award

31.1 Prior to the expiration of the period of bid validity, the Purchaser

will notify the successful Bidder in writing by registered letter or

by email, to be confirmed in writing by registered letter, that its

bid has been accepted.

31.2 The notification of award will constitute the formation of the

Contract.

31.3 Upon the successful Bidder’s furnishing of the performance

guarantee pursuant to ITB Clause 33, the Purchaser will

promptly notify each unsuccessful Bidder and will discharge its

bid security, pursuant to ITB Clause 15.

32. Signing of

Contract

32.1 At the same time as the Purchaser notifies the successful Bidder

that its bid has been accepted, the Purchaser will send the Bidder

the Contract Form provided in the bidding documents,

incorporating all agreements between the parties.

32.2 Within seven (07) days of receipt of the Contract Form, the

successful Bidder shall sign and date the contract and return it to

the Purchaser.

33 Performance

guarantee

33.1 Within fourteen (14) days of the receipt of notification of award

from the Purchaser, the successful Bidder shall furnish the

performance guarantee in accordance with the Conditions of

Contract, in the Performance guarantee Form provided in the

bidding documents or in another form acceptable to the

Purchaser.

33.2 Failure of the successful Bidder to comply with the requirement

of ITB Clause 32 or ITB Clause 33.1 shall constitute sufficient

grounds for the annulment of the award and forfeiture of the bid

security, in which event the Purchaser may make the award to

the next lowest evaluated Bidder or call for new bids.

33.3 The Performance Guarantee shall be returned to the supplier after

successful completion of the Warranty period in true spirit.

34. Corrupt or

Fraudulent

Practices

34.1 The Procuring Agency requires that Bidders, Suppliers, and

Contractors observe the highest standard of ethics during the

procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

Page 89: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 21

(i) ―corrupt practice‖ means the

offering, giving, receiving or soliciting of

anything of value to influence the action of a

public official in the procurement process or in

contract execution; and

(ii) ―fraudulent practice‖ means a

misrepresentation of facts in order to influence a

procurement process or the execution of a

contract to the detriment of the Procuring

Agency,

(iii) ―collusive practice‖ is an arrangement among

bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-

competitive levels for any wrongful gains, and

to deprive the Procuring Agency of the benefits

of free and open competition;

(b) The Procuring Agency will reject a proposal for

award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in

competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in

accordance with prevailing Blacklisting procedures

under Punjab Procurement Rules 2014, if it at any time

determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing, a

Bank-financed contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in

sub-clause 5.4 and sub-clause 24.1 of the General Conditions of

Contract.

Page 90: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

22 Section IV: Scope of Work

Part-I

Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or

amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a

conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Name of Procuring Agency: Project Management Unit

(PMU)Primary & Secondary Health Department,31-E1, Gulberg-III,

Lahore, Government of the Punjab

ITB 1.1 Name of Project: Revamping of DHQ/THQ Hospitals in Punjab

ITB 1.1 Name of Contract:

Supply & Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab: P&SH/PMU/0124/2017

Country of Origin: UK/USA/EUROPE/JAPAN

ITB 4.1 Name of Procuring Agency: Project Management Unit (PMU)

ITB 6.1 For clarification purposes, the Employer’s address is:

PMU, Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1,

Gulberg-III, Lahore

ITB 8.1 Language of the bid – English

Bid Price and Currency

ITB 11.2

The prices shall be quoted both on C&F & DDP basis . The prices

quoted on C&F basis shall be compared and evaluated against C&F

Prices whereas prices quoted on DDP basis shall be compared

against DDP Prices

ITB 11.5 The C&F prices may be in foreign currency and shall be fixed

whereas the price quoted on DDP shall be in Pak Rupees and shall

be fixed.

Page 91: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 23

Preparation and Submission of Bids

ITB 13.2 d. Certificate of Incorporation of bidder’s firm showing its

location and the date of registration etc.

e. Complete working model with relevant years of experience

f. NTN, GST & PRA Registration Certificate (If Applicable)

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial

years (up to June2017).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2, and

ITB 13.3 (b), the potential bidder must also fulfill the following:-

g) The Bidder must be a Manufacturer or Importer/Dealer of

Laundry Systems at large scale.

h) Technical Brochures of Equipment quoted, mentioning its

specifications, manufacture’s model, product number, and country

of origin.

i) An average annual sale of Rs. 5 million for each Lot separately.

j) The bidder must either have at least one local certified /authorized

repair and maintenance set-up or an agreement with a local

repair and maintenance workshop for the period of contract.

k) Description of bidder’s repair & maintenance set-up with the

location / addresses of workshops, mobile workshops (if any).

l) Authority Letter from the Bidder Company authorizing the

relevant person to represent the company.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipment to

be supplied are easily available in Pakistan in the local market or

from company owned outlets and the machinery/equipment/spare

parts is not going to be outdated/obsolete/out of production in the

next 5 years.

ITB 15.1 Amount of Bid Security:

Bid Security shall be Rs. 50,000 per LOT. Bids shall be in the

prescribed format, sealed and accompanied by the Bid Security in

the form of Call Deposit, Bank Draft, Pay Order or Bank Guarantee

in favor of Project Director-PMU, Primary & Secondary

Healthcare Department having its validity 90 days from the date

of opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids

Page 92: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

24 Section IV: Scope of Work

must be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

Procurement Specialist, Project Management Unit (PMU),

Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1, Gulberg-III,

Lahore.

ITB 18.2 (b) IFB Title and Number:

Package-2

Supply, Installation & Operations of Laundry System in selected

DHQ/THQ Hospitals of Punjab P&SH/PMU/0125/2017)

ITB 19.1 Date for Bid Submission: 4th October, 2017 (11am)

ITB 22.1 Time, Date, and Place for Bid Opening:

On 4th October 2017 at 11:30 am at Office of Procurement

Specialist, Project Management Unit (PMU), 31-E/1, Shahra-e-

Imam Hussain, Gulberg-III, Lahore

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) or

C&F Total Price offered by the qualified responsive bidder.

Contract Award

ITB 29.1 As per PPRA Punjab Rules 2014

Package-

2 Item Qty

LOT-I

Supply & Installation of Laundry System in the

following Hospital

DHQ Hafizabad

1

Page 93: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 25

LOT-II

Supply & Installation of Laundry System in the

following Hospital

THQ Bhalwal

1

LOT-III

Supply & Installation of Laundry System in the

following Hospital

DHQ Chiniot

1

LOT-IV

Supply & Installation of Laundry System in the

following Hospital

DHQ Lodhran

1

LOT-V

Supply & Installation of Laundry System in the

following Hospital

DHQ Mianwali

1

LOT-VI

Supply & Installation of Laundry System in the

following Hospital

DHQ Bhakkar

1

LOT-VII

Supply & Installation of Laundry System in the

following Hospital

DHQ Bahwalnagar

1

LOT-VIII

Supply & Installation of Laundry System in the

following Hospital

THQ Khanpur

1

LOT-IX

Supply & Installation of Laundry System in the

following Hospital

DHQ Vehari

1

Part-I

Section III. Schedule of Requirements

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the

date of delivery required.

Page 94: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

26 Section IV: Scope of Work

Note. The bid price shall be inclusive of all delivery, transportation, installation charges,

duties, taxes, levies etc. however, the breakup of the cost shall be provided on the financial

forms given in this bid document.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Quantities may be increased/decreased as per requirement PPRA Punjab Rules 2014.

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

The quotation /bid who secure 65% marks will qualify for the competition.

Sr. # Parameter Slabs Marks Weightage

1 Relevant Business Volume

20% Annual Turnover of Laundry

related projects (Average of Last 3-

Years) Rs. In Million

More than or = 10

million

8=<10 million

100

70

40

Page 95: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 27

5= < 8 million

2 Age of Company

a

Number of years since

establishment

10 Years or more

7 Years =< 10 Years

4 Years =<7 Years

100

70

40 10%

b

Execution of similar projects of

Manufacturing, Installation, &

Maintenance of Laundry System

valuing more than Rs. 5.00 million

5 and above

3 to 4

01 to 02

100

70

40 20%

3 Financial strength

20% Net Worth (Average of last 3-

Years) (Amount Rs. In million)

30 and above

20 to 29

10 to 19

100

70

40

4 H.R. Strength

10% Qualified / Supervisors/ Skilled

Workforce

25 and above

20 to 24

15 to 19

100

70

40

5 Onsite backup Support 3 or more Repair &

Maintenance Setup

2 maintenance setup

1 maintenance setup

100

70

40

10%

Relevant experience in

Manufacturing, Installation &

Maintenance of Laundry System

(Firms having less than 4 years’

experience will be given zero marks.)

6 Working Methodology 10%

Total: 100%

The marks shall be given proportionately to the potential bidder with

regards to the quantified credentials against which evidence is provided.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Note: in technical criteria Serial No. 1, 2B and 3 are for complete Package and remaining for

each lot.

Section III. Bid Forms

Page 96: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

28 Section IV: Scope of Work

Standard Bid Forms shall be used for the preparation of the Technical and Financial Bid

according to the instructions provided in Section 2

{Notes to Bidders shown in brackets { } throughout Section 3 provide guidance to the

Bidders to prepare the Technical Bid; they should not appear on the Bids to be submitted.}

Page 97: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 29

Table of Forms

Technical Bid – Standard Form

TECH 1: Technical Bid Submission Form ..........................................................................26

TECH 2: Bid Security ............................................................................................................27

TECH 3: Team/Staff Composition ........................................... Error! Bookmark not defined.

TECH 4: Approach, Methodology, and Workplan ............................................................28

TECH 5: Organization and Experience ...............................................................................29

Financial Bid – Standard Form

FIN 1: Financial Bid Submission Form ...............................................................................32

FIN 2: Financial Model .........................................................................................................33

FIN 3: Detail Breakdown of Costs ............................................ Error! Bookmark not defined.

Page 98: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

30 Section IV: Scope of Work

TECH 1: Technical Bid Submission Form

[date]

To: Program Director,

Project Management Unit,

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

We, the undersigned, offer to provide the requested services as in accordance

with your Request for Bid dated [insert date here]_________. We are hereby

submitting our Bid, which includes this Technical Bid, and a Financial Bid sealed

under a separate envelope.

We are submitting our Bid in association with: [Insert a list with full name and

address of each associated Bidder (if any, otherwise delete this line)]

We hereby declare that:

(a) All the information and statements made in this Bid are true and we accept

that any misinterpretation or misrepresentation contained in this Bid may lead

to our disqualification by the Client and/or may be sanctioned by the

Procuring Agency.

(b) Our Bid shall be valid and remain binding upon us for the period of time

specified in the Data Sheet, Clause 15.1.

(c) We have no conflict of interest in accordance with ITC 4.

d) We meet the eligibility requirements as stated in ITC 3, and we confirm our

understanding of our obligation to abide by the policy in regard to corrupt and

fraudulent practices as per ITC 37.

(g) Our Bid is binding upon us and subject to any modifications resulting from

the Contract negotiations.

We undertake, if our Bid is accepted and the Contract is signed, to initiate the

Services related to the assignment no later than the date indicated in Clause 34.2 and 34.3 of

the Data Sheet.

We understand that the Client is not bound to accept any Bid that the Client receives.

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

Name of Bidder (company’s name or JV’s name):

Address:

Contact information (phone and e-mail): {For a joint venture, either all members shall sign or only the lead member, in which

case the power of attorney to sign on behalf of all members shall be attached}

Page 99: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 31

TECH 2: Bid Security

(Bid Security to be furnished by the Bidder in the amount specified in Data sheet in the form

of Demand Draft. Pay order or CDR/Bank Guarantee)

Page 100: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

32 Section IV: Scope of Work

TECH 4: Approach, Methodology, and Work plan

A description of the approach, methodology and work plan for performing the assignment,

including a detailed description of the proposed methodology and staffing for training, if the

Terms of Reference specify training as a specific component of the assignment.

{Suggested structure of your Technical Bid:

c) Technical Approach and Methodology

d) Work Plan

a) Approach and Methodology. {Please explain your understanding of the objectives of

the assignment as outlined in the Terms of Reference (TORs), the technical approach,

and the methodology you would adopt for implementing the tasks to deliver the

expected output(s), and the degree of detail of such output. Please do not repeat/copy

the TORs in here.}

b) Work Plan. {Please outline the plan for the implementation of the main

activities/tasks of the assignment, their content and duration, phasing and

interrelations, milestones (including interim approvals by the Client), and tentative

delivery dates of the reports. The proposed work plan should be consistent with the

technical approach and methodology, showing your understanding of the TOR and

ability to translate them into a feasible working plan. A list of the final documents

(including reports) to be delivered as final output(s) should be included here. The

work plan should be consistent with the Work Schedule Form.}

c) Equipment Specification. {Please describe the specifications of equipment listed in

Appendix B-2 that will be used for the purpose of this project. You may attach

brochures of equipment. Please also specify the quantity of equipment that you are

proposing. After award of contract, Bidder will be bound to provide the quantity and

quality of equipment specified by him in this section}

Page 101: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 33

TECH 5: Organization and Experience

1. Individual

Bidders or

Individual

Members of

Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Total annual volume of work performed in five years, in the

currency specified in the BDS: [insert]

1.3 Services performed as prime Bidder on the provision of

Services of a similar nature and volume over the last five

years. The values should be indicated in the same currency

used for Item 1.2 above. Also list details of work under way or

committed, including expected completion date.

Name of client

and country

Type of Services/work

provided (brief description)

and year of completion

Duration Value of contract

{e.g., Ministry of

......} {e.g., ―Improvement quality

of...............‖: designed master

plan for rationalization of ........; }

e.g., Jan.2011–

Apr.2012} – 15

Months

{e.g., PKR 3 mill}

1.4 Major items of Bidder's Equipment proposed for carrying out

the Services/work. List all information, if any, regarding

equipment required in Section V (Specification)/ Annexure B

Item of

equipment

Description,

make, and age

(years)

Condition (new, good,

poor) and number

available

Owned, leased (from whom?),

or to be purchased (from

whom?)

(a)

(b)

Page 102: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

34 Section IV: Scope of Work

TECH 6: Relevant Experience of Laundry

Sr. No. Buyer Name Total Project Cost Laundry Cost (Capital

Cost)

2. Joint Ventures 2.1 The information listed in 1.1 - 1.4 above shall be provided for

each partner of the joint venture.

2.2 The information in 1.12 above shall be provided for the joint

venture.

2.3 Attach the power of attorney of the signatory (ies) of the Bid

authorizing signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture

(and which is legally binding on all partners), which shows that

(a) all partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract

terms;

(b) one of the partners will be nominated as being in charge,

authorized to incur liabilities, and receive instructions for

and on behalf of any and all partners of the joint venture;

and

(c) the execution of the entire Contract, including payment,

shall be done exclusively with the partner in charge.

3. Additional

Requirements

3.1 Bidders should provide any additional information required in

the BDS and to fulfill the requirements of ITB Sub-Clause 4.1,

if applicable.

Page 103: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 35

CHECKLIST OF FORMS

Required (√)

FORM DESCRIPTION Page Limit

√ TECH 1 Technical Bid Submission Form. N/A “√ “ If

applicable TECH 1

Attachment If the Bid is submitted by a joint venture, attach a letter of intent or a copy of an existing agreement.

N/A

“√” If applicable

Power of Attorney

No pre-set format/form. In the case of a Joint Venture/consortium, several are required: a power of attorney for the authorized representative of each JV member, and a power of attorney for the representative of the lead member to represent all JV members

N/A

√ TECH 2 Bid Security Form N/A √ TECH 5 Bidder’s Organization and Experience. N/A √ TECH 4 Description of the Approach, Methodology, and

Work Plan for Performing the Assignment N/A

√ TECH 3 Team Composition, Key Experts, admin staff etc N/A

Page 104: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

36 Section IV: Scope of Work

FIN 1: Financial Bid Submission Form

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the services for [Insert title of assignment] in

accordance with your Request for Bid dated [Insert Date] and our Technical Bid.

Our attached Financial Bid is for the amount of {Indicate the corresponding

amount(s) currency (ies)} {Insert amount(s) in words and figures}, inclusive of all taxes in

accordance with Clause 25.3 in the Data Sheet. The estimated amount of taxes is {Insert

currency} {Insert amount in words and figures} which shall be confirmed or adjusted, if

needed, during negotiations. {Please note that all amounts shall be the same as in Form FIN-

2}.

Our Financial Bid shall be binding upon us subject to the modifications resulting

from Contract negotiations, up to expiration of the validity period of the Bid, i.e. before the

date indicated in Clause 15.1 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents or any third

party relating to this Bid and Contract execution.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

In the capacity of:

Address: E-mail: _________________________

{For a joint venture, either all members shall sign or only the lead

member/Consultant, in which case the power of attorney to sign on behalf of all

members shall be attached}

Page 105: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 37

FIN 2: Financial Model

Please quote DDP & C&F

Supply of Laundry System

Cost

Cost of the Financial Bid

Including:

(1)*Capital Cost including Delivery, Installation, Commissioning & Testing the equipment etc.

*i. Cost of the Machinery including delivery and Installation charges

ii. Taxes, Duties, Levies including General Sales Tax

2. Total Capital Cost =i+ii

*The payment against capital cost will be paid after complete delivery and installation of the machinery Note: This Bid is valid for only one package. Interested parties applying for multiple packages shall submit

separate financial Bid for each Package.

Page 106: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

38 Section IV: Scope of Work

Section IV. Scope of Work

Page 107: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 39

3. Background:

The Primary and Secondary Healthcare Department is the key department entrusted

by the people of Punjab with responsibility for the health of communities and the population.

The Primary and Secondary Healthcare Department delivers promotive, preventive and

curative health services from the Primary to the Secondary Health Care level.

Over the last few years, The Primary and Secondary Healthcare Department of

Punjab has taken many initiatives to improve the primary and secondary healthcare facilities

all over Punjab. However, in spite of these initiatives, many districts of the Punjab are not

delivering healthcare services to the standard expected.

4. Contextual information

a. District Head Quarter Hospitals

The District Head Quarters (DHQ) Hospitals are located at District headquarters level

and serve a population of 1 to 3 million, depending upon the category of the hospital. The

DHQ hospital provides promotive, preventive and curative care, advance diagnostics,

inpatient services, advance specialist and referral services.

DHQs provides referral care to the patients including those referred by the Basic

Health Units, Rural Health Centers, Tehsil Head Quarter hospital ls along with Lady Health

Workers and other primary and secondary care facilities

b. Tehsil Head Quarter Hospital

Tehsil Head Quarter (THQ) hospitals are located at each THQ and serve a population

of 0.5 to 1.0 million. At present, the majority of THQ hospitals have 40 to 60 beds. The THQ

hospital provides promotive, preventive and curative care, diagnostics, inpatients, referral

services and also specialist care. THQ hospitals are also supposed to provide basic and

comprehensive Emergency Obstetric and Newborn Care. THQ hospital provides referral care

to patients, including those referred by the Rural Health Centers, Basic Health Units, Lady

Health Workers and other primary care facilities.

Page 108: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

40 Section IV: Scope of Work

Page 109: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part 1: Bid Preparation and Evaluation Procedures 41

Section V. Other

Specifications and

Requirements

LIST OF REQUIREMENTS, DESIGNS AND SPECIFICATIONS

Sr. # Description Annexure

1 Equipment list and requirement Annexure – B

Page 110: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 42

Part II – Conditions of Contract and

Forms

Page 111: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 43

D R A F T C O N T R A C T

Supply & Installation of

Laundry System

Page 112: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 44

Contents

Part II – Conditions of Contract and Forms .......................................................................38

Preface .....................................................................................................................................42

Letter of Acceptance ..............................................................................................................43

Form of Contract ...................................................................................................................44

Section A: General Conditions of Contract (GCC) ............................................................54 1. General Provisions ............................................................................................................54

1.1 Definitions....................................................................................................... 54 1.2 Applicable Law ............................................................................................... 55 1.3 Language ......................................................................................................... 55

1.4 Notices ............................................................................................................ 55 1.5 Location .......................................................................................................... 55

1.6 Authorized Representatives ............................................................................ 55 1.7 Inspection and Audit by the Procuring Agency .............................................. 55 1.8 Taxes and Duties ............................................................................................. 56

2. Commencement, Completion, Modification, and Termination of Contract .....................56 2.1 Effectiveness of Contract ................................................................................ 56

2.3 Intended Completion Date .............................................................................. 56 2.4 Modification .................................................................................................... 56

2.5 Force Majeure ................................................................................................. 56 2.6 Termination ..................................................................................................... 57

3. Obligations of the Bidder ..................................................................................................58

3.1 General ............................................................................................................ 58 3.2 Conflict of Interests......................................................................................... 59

3.3 Confidentiality ................................................................................................ 59 3.4 Insurance to be Taken Out by the Bidder ....................................................... 60 3.5 Bidder’s Actions Requiring Procuring agency’s Prior Approval ................... 60

3.6 Reporting Obligations ..................................................................................... 60 3.7 Documents Prepared by the Bidder to Be the Property of the Procuring agency

......................................................................................................................... 60 3.9 Performance Security ...................................................................................... 61

4. Bidder’s Personnel ............................................................................................................61 4.1 Description of Personnel ................................................................................. 61 4.2 Removal and/or Replacement of Personnel .................................................... 61

5. Obligations of the Procuring Agency ................................................................................62 5.1 Assistance and Exemptions............................................................................. 62

5.2 Change in the Applicable Law ........................................................................ 62 5.3 Services and Facilities..................................................................................... 62

6. Payments to the Bidder ......................................................................................................62 6.1 Lump-Sum Remuneration ............................................................................... 62 6.2 Contract Price.................................................................................................. 62

Page 113: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 45

6.3 Payment for Additional Services .................................................................... 62 7. Quality Control ................................................................................................................. 62

7.1 Identifying Defects .......................................................................................... 62 7.2 Correction of Deficiencies, and Non-Performance Penalty .......................... 63

8. Settlement of Disputes ...................................................................................................... 63 8.1 Amicable Settlement ....................................................................................... 63 8.2 Dispute Settlement .......................................................................................... 63

Section B. Special Conditions of Contract ......................................................................... 64

Section C: Scope of Services ...................................................... Error! Bookmark not defined.

Part III – Appendices ............................................................................................................ 67 Appendix A — Schedule of Payments & Reporting RequirementsError! Bookmark not defined.

Appendix B — Key Personnel, Utilities and Equipment ....... Error! Bookmark not defined. Appendix C1- Breakdown of Contract Price .......................... Error! Bookmark not defined.

Appendix C2 - Performance Security ...................................................................................... 4

Page 114: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 46

Preface

4. The standard Contract form consists of four parts: the Form of Contract to be signed by the

Client and the Consultant, the General Conditions of Contract (GCC); the Special

Conditions of Contract (SCC); and the Appendices.

5. The General Conditions of Contract shall not be modified. The Special Conditions of

Contract that contain clauses specific to each Contract intend to supplement, but not over-

write or otherwise contradict, the General Conditions.

6. Full requirements, terms and conditions of the agreement will be agreed during

clarification with the technical responsive Bidders. The form and content of the

negotiated contract are expected to conform closely to the draft Contract Agreement as

included in these Bid Documents. Bidders will be expected to address all of the aspects

of the General Conditions of Concession Contract in their submissions

Page 115: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 47

Letter of Acceptance [Letterhead paper of the Procuring Agency]

[date]

To: [name and address of the Bidder]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract

and identification number, as given in the Special Conditions of Contract] for the Contract

Amount of [in numbers and words], as corrected and modified in accordance with the

Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if

the Bidder has not objected the name proposed for Arbitrator. The second option if the

Bidder has objected the proposed Arbitrator and proposed a mane for a substitute, who was

accepted by the Procuring Agency. And the third option if the Bidder has objected the

proposed Arbitrator and proposed a mane for a substitute, who was not accepted by the

Procuring Agency.

We confirm that [insert name proposed by Procuring Agency in the Bid Data],

or

We accept that [name proposed by Bidder] be appointed as the Arbitrator

or

We do not accept that [name proposed by Bidder] be appointed as Arbitrator, and by sending

a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are

hereby requesting [name], the Appointing Authority, to appoint the Arbitrator in accordance

with Clause 36.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision

of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract

Page 116: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 48

Form of Contract [Letterhead paper of the Procuring Agency]

This CONTRACT (hereinafter called the ―Contract‖) is made the [day] day of the month of

[month], [year], between, on the one hand, [name of Procuring Agency and related parties]

(hereinafter called the ―Procuring agency‖) and administrative head of hospitals [name of

Hospital MS and related parties] , on the other hand, [name of Bidder] (hereinafter called

the ―Bidder‖).

[Note: In the text below text in brackets is optional; all notes should be deleted in final text.

If the Bidder consist of more than one entity, the above should be partially amended to read

as follows: ―…(hereinafter called the ―Procuring agency‖) and, on the other hand, a joint

venture consisting of the following entities, each of which will be jointly and severally liable

to the Procuring agency for all the Bidder’s obligations under this Contract, namely, [name of

Bidder] and [name of Bidder] (hereinafter called the ―Bidder‖).]

WHEREAS

(a) the Procuring agency has requested the Bidder to provide certain Services as

defined in the General Conditions of Contract attached to this Contract

(hereinafter called the ―Services‖);

(b) the Bidder, having represented to the Procuring agency that they have the

required professional skills, and personnel and technical resources, have

agreed to provide the Services on the terms and conditions set forth in this

Contract for amount of……………………;

(c) the Procuring agency has received budget from the Government of Punjab. It

intends to apply a portion of the proceeds of this budget to eligible payments,

if any, under the contract.

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents shall be deemed to form and be read and construed as part of

this Agreement, and the priority of the documents shall be as follows:

(a) the Letter of Acceptance;

(b) the Special Conditions of Contract;

(c) the General Conditions of Contract;

(d) the Scope of Services;

(e) Performance Specifications and Drawings;

(f) Annexures; and

(g) the Bidder’s Bid.

2. The mutual rights and obligations of the Procuring agency and the Bidder shall be

as set forth in the Contract, in particular:

Page 117: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 49

(a) the Bidder shall carry out the Services in accordance with the provisions of

the Contract; and

(b) the Procuring agency shall make payments, if any, to the Bidder in accordance

with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

For and on behalf of [name of procuring agency]

[Authorized Representative]

For and on behalf of [name of Bidder]

[Authorized Representative]

[Note: If the Bidder consists of more than one entity, all these entities should appear as

signatories, e.g., in the following manner:]

For and on behalf of each of the Members of the Bidder

[name of member]

[Authorized Representative]

[name of member]

[Authorized Representative]

Page 118: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 50

Part-I

Section V. Bidding Forms

2. Bid Submission Form

Date:

No:

To

The Project Director,

Revamping of DHQ /THQ Hospitals in Punjab

Primary & Secondary Health Department

Government of the Punjab

31-E/1, Gulberg-III, Lahore

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

receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and

deliver [description of goods and services]in conformity with the said bidding documents for the

sum of [total bid amount in words and figures]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 will obtain the guarantee of a bank in a sum equivalent to

5% percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid

opening under Clause 22 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.

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 agent Amount and Currency Purpose of Commission or

gratuity

Page 119: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 51

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state ―none‖)

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

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 120: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 52

2. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Purchaser]

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 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 above goods

manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General

Conditions of Contract for the goods offered for supply by the above firm against this

Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the

Manufacturer. It should be included by the Bidder in its bid.

Page 121: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 53

3. Price Schedules

Sr. Item Brand/Model/Origi

n Qty

Unit

Price

(Rs.)

General

Sales Tax

Total

Amount

(Rs.)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

TOTAL AMOUNT (Rs.)

Page 122: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 54

Part-II

Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

Purchaser] (hereinafter called ―the Purchaser‖) of the one part and [name of Supplier] of

(hereinafter called ―the Supplier‖) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief

description of goods and services] and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of [contract price in words and figures] (hereinafter called ―the

Contract Price‖).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Bid Form and 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; and

(f) the Purchaser’s Notification of Award.

3. 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 the Contract

4. The Purchaser 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 the contract at the times and in the

manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Page 123: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 55

Signed, sealed, delivered by the (for the Supplier)

2. Performance Guarantee Form

To:

The Project Director

Project Management Unit (PMU)

Revamping of DHQ /THQ Hospitals in Punjab

31-E/1, Gulberg-III, Lahore

WHEREAS [name of Supplier](hereinafter called ―the Supplier‖) has undertaken, in pursuance

of Contract No. [reference number of the contract] dated ____________ 20_____ to supply

[description of goods and services] (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 reputable bank for the sum specified there in as

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 guar-

antee]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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 124: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 56

3. BID SECURITY FORM (Bank Guarantee) Security Executed on __________________________________________________ (Date)

Name of Surety (Bank) with Address: ________________________________________

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address _______________________________________

___________________________________________________________________________

___

Penal Sum of Security Rupees. _____________________(Rs. _____________________)

Bid Reference No. _______________________________________________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at

the request of the said Principal (Bidder) we, the Surety above named, are held and firmly

bound unto ______________________________________________________ (hereinafter

called the 'Employer') in the sum stated above for the payment of which sum well and truly to

be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has

submitted the accompanying Bid dated ______ for Bid No. _______ for_______(Particulars

of Bid) to the said Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the

Bidder furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistan or

from a foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to the

Employer, conditioned as under:

4. that the Bid Security shall remain in force up to and including the date---------- days

after the deadline for validity of bids as stated in the Instructions to Bidders or as it

may be extended by the Employer, notice of which extension(s) to the Surety is

hereby waived;

5. that the Bid Security of unsuccessful Bidders will be returned by the Employer after

expiry of its validity or upon signing of the Contract Agreement; and

6. That in the event of failure of the successful Bidder to execute the proposed Contract

Agreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on

the prescribed form presented to him for signature enter into a formal Contract with the said

Employer in accordance with his Bid as accepted and furnish within--------- days of his being

requested to do so, a Performance Security with good and sufficient surety, as may be

required, upon the form prescribed by the said Employer for the faithful performance and

proper fulfillment of the said Contract or in the event of non-withdrawal of the said Bid

within the time specified for its validity then this obligation shall be void and of no effect, but

otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the said

sum upon first written demand of the Employer (without cavil or argument) and without

requiring the Employer to prove or to show grounds or reasons for such demand, notice of

Page 125: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 57

which shall be sent by the Employer by registered post duly addressed to the Surety at its

address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding

whether the Principal (Bidder) has duly performed his obligations to sign the Contract

Agreement and to furnish the requisite Performance Security within the time stated above, or

has defaulted in fulfilling said requirements and the Surety shall pay without objection the

said sum upon demand from the Employer forthwith and without any reference to the

Principal (Bidder) or any other person.

IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under its

seal on the date indicated above, the name and seal of the Surety being hereto affixed and

these presents duly signed by its undersigned representative pursuant to authority of its

governing body.

SURETY (Bank)

WITNESS: Signature_________________________

3. ________________________________ Name____________________________

________________________________ Title_____________________________

Corporate Secretary (Seal) Corporate Guarantor (Seal)

4. ________________________________

________________________________

Name, Title & Address

Page 126: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 58

Section A: General Conditions of Contract (GCC)

1. General Provisions

1.1 Definitions Unless the context otherwise requires, the following terms whenever

used in this Contract have the following meanings:

r) The Arbitrator is the person appointed jointly by the Procuring

agency and the Bidder to resolve disputes in the first instance, as

provided for in Sub-Clause 8.2 hereunder.

s) ―Contract‖ means the Contract signed by the Parties, to which

these General Conditions of Contract (GCC) are attached,

together with all the documents listed in Clause 1 of such signed

Contract;

t) ―Contract Price‖ means the price to be paid for the performance

of the Services, in accordance with Clause 6;

u) ―Day works‖ means varied work inputs subject to payment on a

time basis for the Bidder’s employees and equipment, in

addition to payments for associated materials and

administration.

v) ―Procuring agency‖ means the party who employs the Bidder

w) ―Foreign Currency‖ means any currency other than the currency

of the country of the Procuring agency;

x) ―GCC‖ means these General Conditions of Contract;

y) ―Government‖ means the Government of the Punjab;

z) ―Local Currency‖ means Pak Rupee (PKR);

aa) ―Member,‖ in case the Bidder consist of a joint venture of more

than one entity, means any of these entities; ―Members‖ means

all these entities, and ―Member in Charge‖ means the entity

specified in the Special Conditions to act on their behalf in

exercising all the Bidder’ rights and obligations towards the

Procuring agency under this Contract;

bb) ―Party‖ means the Procuring agency or the Bidder, as the case

may be, and ―Parties‖ means both of them;

cc) ―Personnel‖ means persons hired by the Bidder or by any

SubSupplieras employees and assigned to the performance of

Page 127: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 59

the Services or any part thereof;

dd) ―Bidder‖ is a person or corporate body whose Bid to provide the

Services has been accepted by the Procuring agency;

ee) ―Bidder’s Bid‖ means the completed Bid document submitted

by the Bidder to the Procuring agency

ff) ―SCC‖ means the Special Conditions of Contract by which the

GCC may be amended or supplemented;

gg) ―Specifications‖ means the specifications of the service included

in the Bid document submitted by the Bidder to the Procuring

agency

hh) ―Services‖ means the work to be performed by the Bidder

pursuant to this Contract, as described in Section C – Scope of

services, Bid document and attached Annexure ―Subservice

provider‖ means any entity to which the Bidder subcontracts

any part of the Services in accordance with the provisions of

Sub-Clauses 3.5 and 4.

1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of

Islamic Republic of Pakistan.

1.3 Language This Contract has been executed in the language specified in the

SCC, which shall be the binding and controlling language for all

matters relating to the meaning or interpretation of this Contract.

1.4 Notices Any notice, request, or consent made pursuant to this Contract shall

be in writing and shall be deemed to have been made when delivered

in person to an authorized representative of the Party to whom the

communication is addressed, or when sent by registered mail, telex,

telegram, or facsimile to such Party at the address specified in the

SCC.

1.5 Location The Services shall be performed at such locations as are specified in

Section C – Scope of services and/or Appendix D, in the

specifications and, where the location of a particular task is not so

specified, at such locations, whether in the Government’s country or

elsewhere, as the Procuring agency may approve.

1.6 Authorized

Representatives

Any action required or permitted to be taken, and any document

required or permitted to be executed, under this Contract by the

Procuring agency or the Bidder may be taken or executed by the

officials specified in the SCC.

1.7 Inspection and

Audit by the

The Bidder shall permit the Procuring Agency to inspect its accounts

and records relating to the performance of the Services and to have

Page 128: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 60

Procuring

Agency

them audited by auditors appointed by the Procuring Agency, if so

required.

1.8 Taxes and

Duties

The Bidder, Subservice providers, and their Personnel shall pay such

taxes, duties, fees, and other impositions as may be levied under the

Applicable Law

2. Commencement, Completion, Modification, and Termination of

Contract

2.1 Effectiveness of

Contract

This Contract shall come into effect on the date the Contract is

signed by both parties or such other later date as may be stated in

the SCC.

2.2 Commencement

of Services

2.2.1 Work

Program

Before commencement of the Services, the Bidder shall submit to

the Procuring agency for approval a Work Program showing the

general methods, arrangements, order and timing for all activities.

The Services shall be carried out in accordance with the approved

Work Program as updated.

2.2.2 Starting

Date

The Bidder shall start carrying out the Services seven (07) days

after the date the Contract becomes effective, or at such other date

as may be specified in the SCC.

2.3 Intended

Completion Date

Unless terminated earlier pursuant to Sub-Clause 2.6, the Bidder

shall complete the activities by the Intended Completion Date, as is

specified in the SCC.

2.4 Modification Modification of the terms and conditions of this Contract, including

any modification of the scope of the Services or of the Contract

Price, may only be made by written agreement between the Parties.

2.5 Force Majeure

2.5.1 Definition For the purposes of this Contract, ―Force Majeure‖ means an event

which is beyond the reasonable control of a Party and which makes

a Party’s performance of its obligations under the Contract

impossible or so impractical as to be considered impossible under

the circumstances.

2.5.2 No Breach

of Contract

The failure of a Party to fulfill any of its obligations under the

contract shall not be considered to be a breach of, or default under,

this Contract insofar as such inability arises from an event of Force

Majeure, provided that the Party affected by such an event (a) has

taken all reasonable precautions, due care and reasonable alternative

Page 129: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 61

measures in order to carry out the terms and conditions of this

Contract, and (b) has informed the other Party as soon as possible

about the occurrence of such an event.

2.5.3 Extension

of Time

Any period within which a Party shall, pursuant to this Contract,

complete any action or task, shall be extended for a period equal to

the time during which such Party was unable to perform such action

as a result of Force Majeure.

2.6 Termination

2.6.1 By the

Procuring

agency

The Procuring agency may terminate this Contract, by not less than

thirty (30) days’ written notice of termination to the Bidder, to be

given after the occurrence of any of the events specified in

paragraphs (a) through (d) of this Sub-Clause 2.6.1:

(a) if the Bidder does not remedy a failure in the performance of

its obligations under the Contract, within twenty-one (21)

days after being notified or within any further period as the

Procuring agency may have subsequently approved in writing;

(b) if the Bidder become insolvent or bankrupt;

(c) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less forty-five (45) days;

(d) if the Bidder, 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 sub-clause,

the terms set forth constitute corrupt or fraudulent activity:

vi. ―corrupt practice‖ means the offering, giving, receiving, or

soliciting of anything of value to influence the action of a

public official, Bidder or Bidder in the procurement

process or in contract execution to the detriment of the

procuring agency; or misrepresentation of facts in order to

influence a procurement process or the execution of a

contract;

vii. ―fraudulent practice‖ is any act or omission, including

misrepresentation, that knowingly or recklessly misleads,

or attempts to mislead, a party to obtain financial or other

benefit or to avoid an obligation;

viii. ―collusive practices‖ is an arrangement among Bidders

(prior to or after Bid submission) designed to establish Bid

prices at artificial, non-competitive levels for any

wrongful gain, and to deprive the procuring agency of the

Page 130: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 62

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;

ix. ―coercive practices‖ is impairing or harming, or

threatening to impair or harm, directly or indirectly, any

person or the property of the person (participant in the

selection process or contract execution) to influence

improperly the actions of that person;

x. ―obstructive practice‖ is deliberately destroying,

falsifying, altering or concealing of evidence material to

the investigation or making false statements before

investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing or

intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation, or acts intended to materially

impede the exercise of the Client’s inspection and audit

rights.

2.6.2 By the

Bidder

The Bidder may terminate this Contract, by not less than thirty (30)

days’ written notice to the Procuring agency, such notice to be

given after the occurrence of any of the events specified in

paragraphs (a) and (b) of this Sub-Clause 2.6.2:

(a) if the Procuring agency fails to pay any monies due to the

Bidder within agreed timeline pursuant to this Contract, and

not subject to dispute pursuant to Clause 7, the Bidder shall

issue first notice that such payment is overdue. After forty-

five (45) days of giving written first-notice, if the procuring

agency still fails to pay, Bidder shall issue second written

notice. After fifteen days(15) of no response on second notice,

Bidder may give thirty (30) days termination notice; or

(b) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less than sixty (60) days.

2.6.3 Suspension

of Payment

If the Bidder has not received sums due to by the due date stated in

the SCC in accordance with Clause 6 the Bidder may issue a notice

as per sub-clause 2.6.2.

3. Obligations of the Bidder

3.1 General The Bidder shall perform the Services in accordance with the

Page 131: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 63

Specifications and Scope, and carry out its obligations with all due

diligence, efficiency, and economy, in accordance with generally

accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced

technology and safe methods. The Bidder shall always act, in

respect of any matter relating to this Contract or to the Services, as

faithful adviser to the Procuring agency, and shall at all times

support and safeguard the Procuring agency’s legitimate interests in

any dealings with Sub Supplier or third parties.

3.2 Conflict of

Interests

3.2.1 Bidder Not

to Benefit

from

Commissio

ns and

Discounts.

The remuneration of the Bidder pursuant to Clause 6 shall

constitute the Bidder’s sole remuneration in connection with this

Contract or the Services, and the Bidder shall not accept for their

own benefit any trade commission, discount, or similar payment in

connection with activities pursuant to this Contract or to the

Services or in the discharge of their obligations under the Contract,

and the Bidder shall use their best efforts to ensure that the

Personnel, any Subservice provider, and agents of either of them

similarly shall not receive any such additional remuneration.

3.2.2 Bidder and

Affiliates

Not to be

Otherwise

Interested

in Project

The Bidder agree that, during the term of this Contract and after its

termination, the Bidder and its affiliates, as well as any Sub

Supplier and any of its affiliates, shall be disqualified from

providing goods, works, or Services (other than the Services and

any continuation thereof) for any project resulting from or closely

related to the Services.

3.2.3 Prohibition

of

Conflicting

Activities

Neither the Bidder nor its Subservice providers nor the Personnel

shall engage, either directly or indirectly, in any of the following

activities:

(a) during the term of this Contract, any business or professional

activities which would conflict with the activities assigned to

them under this Contract;

(b) during the term of this Contract, neither the Bidder nor their

Subservice providers shall hire such public employees, in

active duty or on any type of leave, which would conflict with

the activities assigned to Bidder to perform any activity under

this Contract;

(c) after the termination of this Contract, such other activities as

may be specified in the SCC.

3.3 Confidentiality The Bidder, its Subservice providers, and the Personnel of either of

them shall not, either during the term or within two (2) years after

Page 132: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 64

the expiration of this Contract, disclose any proprietary or

confidential information relating to the Project, the Services, this

Contract, or the Procuring agency’s business or operations without

the prior written consent of the Procuring agency.

3.4 Insurance to be

Taken Out by

the Bidder

The Bidder (a) shall take out and maintain, and shall cause any

Subservice providers to take out and maintain, at its (or the

Subservice providers’, as the case may be) own cost but on terms

and conditions approved by the Procuring agency, insurance

against the risks, and for the coverage, as shall be specified in the

SCC; and (b) at the Procuring agency’s request, shall provide

evidence to the Procuring agency showing that such insurance has

been taken out and maintained and that the current premiums have

been paid.

3.5 Bidder’s

Actions

Requiring

Procuring

agency’s Prior

Approval

The Bidder shall obtain the Procuring agency’s prior approval in

writing before taking any of the following actions:

(a) entering into a subcontract for the performance of any part of

the contract,

(b) appointing such members of the Personnel not listed by name

in Scope (―Key Personnel‖),

(c) changing the Program of activities; and

(d) any other action that may be specified in the SCC.

3.6 Reporting

Obligations

The Bidder shall submit to the Procuring agency the reports and

documents specified in Scope in the form, in the numbers, and

within the periods set forth in the said scope.

3.7 Documents

Prepared by the

Bidder to Be the

Property of the

Procuring

agency

All plans, drawings, specifications, designs, reports, and other

documents and software submitted by the Bidder in accordance

with Sub-Clause 3.6 shall become and remain the property of the

Procuring agency, and the Bidder shall, not later than upon

termination or expiration of this Contract, deliver all such

documents and software to the Procuring agency, together with a

detailed inventory thereof. The Bidder may retain a copy of such

documents and software. Restrictions about the future use of these

documents, if any, shall be specified in the SCC.

3.9 Liquidated

Damages

3.8.1 Payments of

Liquidated

Damages

The Bidder shall pay liquidated damages to the Procuring agency at

the rate per day stated in the SCC for each day that the

Completion Date is later than the Intended Completion Date. The

total amount of liquidated damages shall not exceed the amount

Page 133: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 65

defined in the SCC. The Procuring agency may deduct liquidated

damages from payments due to the Bidder. Payment of liquidated

damages shall not affect the Bidder’s liabilities.

3.8.2 Correction

for Over-

payment

If the Intended Completion Date is extended after liquidated

damages have been paid, the Procuring agency shall correct any

overpayment of liquidated damages by the Bidder by adjusting the

next payment certificate. The Bidder shall be paid interest on that

sum, calculated from the date of payment to the date of repayment,

at the rates specified in Clause 6.

3.8.3 Lack of performance

penalty

If the Bidder has not corrected a Defect within the time specified in

the Procuring agency’s notice, a penalty for Lack of performance

will be paid by the Bidder. The amount to be paid will be calculated

as a percentage of the cost of having the Defect corrected, assessed

as described in Sub-Clause 7.2 and specified in the SCC.

3.9 Performance

Security

The Bidder shall provide the Performance Security to the Procuring

agency no later than the date specified in the Letter of acceptance.

The Performance Security shall be issued in an amount and form

and by a bank or surety acceptable to the Procuring agency, and

denominated in the types and proportions of the currencies in which

the Contract Price is payable. The performance Security shall be

5% shall be valid for a period of 12 Months (3% of the

Performance Guarantee will be discharged after successful

installation of the machinery and remaining 2% will remain with

Procuring Agency until the completion of warranty period.

4. Bidder’s Personnel

4.1 Description of

Personnel

The titles, agreed job descriptions, minimum qualifications, and

estimated periods of engagement in the carrying out of the work of

the Bidder’s Key Personnel are described in Scope of work.

4.2 Removal and/or

Replacement of

Personnel

(a) If the Procuring agency finds that any of the Personnel have (i)

committed serious misconduct or have been charged with

having committed a criminal action, or (ii) have reasonable

cause to be dissatisfied with the performance of any of the

Personnel, then the Bidder shall, at the Procuring agency’s

written request specifying the grounds thereof, provide as a

replacement a person with qualifications and experience

acceptable to the Procuring agency.

(b) The Bidder shall have no claim for additional costs arising out

of or incidental to any removal and/or replacement of

Personnel.

Page 134: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 66

5. Obligations of the Procuring Agency

5.1 Assistance and

Exemptions

The Procuring agency shall use its best efforts to ensure that the

Government shall provide the Bidder such assistance and exemptions

as specified in the SCC.

5.2 Change in the

Applicable

Law

If, after the date of this Contract, there is any change in the Applicable

Law with respect to taxes and duties which increases or decreases the

cost of the Services rendered by the Bidder, then the remuneration and

reimbursable expenses otherwise payable to the Bidder under this

Contract shall be increased or decreased accordingly by agreement

between the Parties, and corresponding adjustments shall be made to

the amounts referred to in Sub-Clauses 6.2 (a) or (b), as the case may

be.

5.3 Services and

Facilities

The Procuring agency shall make available to the Bidder the Services

and Facilities listed under Section – C, Scope of Work. Provision of

site free from all encumbrances for construction activity shall be the

responsibility of the Procuring Agency, failure to provide a clear-site

is a compensation event

6. Payments to the Bidder

6.1 Lump-Sum

Remuneration

The Bidder’s remuneration shall not exceed the Contract Price and

shall be a fixed lump-sum including all Subservice providers’ costs,

and all other costs incurred by the Bidder in carrying out the Services

described in Section C and Scope of Work of Bid document. Except

as provided in Sub-Clause 5.2, the Contract Price may only be

increased above the amounts stated in Sub-Clause 6.2 if the Parties

have agreed to additional payments in accordance with Sub-Clauses

2.4 and 6.3.

6.2 Contract Price (a) The price payable in Pak Rupees (PKR) is set forth in SCC.

(b) The price payable in foreign currency is set forth in the SCC.

6.3 Payment for

Additional

Services

6.3.2 For the purpose of determining the price for additional Services

as may be agreed under Sub-Clause 2.4, a breakdown of the

price is to be provided in Appendix C.

7. Quality Control

7.1 Identifying

Defects

The principle and modalities of Inspection of the equipment by the

Procuring agency shall be as indicated in the SCC and Scope of

Work. The Procuring agency shall check the Bidder’s performance

and notify him of any Defects that are found. Such checking shall

not affect the Bidder’s responsibilities. The Procuring agency may

Page 135: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 67

instruct the Bidder to search for a Defect and to uncover and test any

service that the Procuring agency considers may have a Defect. The

building defects liability period is 4 months, starting from date

mentioned on ―Completion Certificate‖.

7.3 Correction of

Deficiencies,

and Non-

Performance

Penalty

(a) The Procuring agency shall give notice to the Bidder of any

Defects before the end of the Contract. The Defects liability

period shall be extended for as long as Deficiencies remain to

be corrected.

(b) Every time notice of Deficiency is given, the Bidder shall

correct the notified Deficiency within the length of time

specified by the Procuring agency’s notice.

(c) If the Bidder has not corrected a Deficiency within the time

specified in the Procuring agency’s notice, the Procuring

agency will assess the cost of having the Deficiency corrected,

the Bidder will pay this amount, and a Penalty for Non-

Performance.

8. Settlement of Disputes

8.1 Amicable

Settlement

The Parties shall use their best efforts to settle amicably all disputes

arising out of or in connection with this Contract or its interpretation.

8.2 Dispute

Settlement

8.2.1 If any dispute arises between the Procuring agency and the

Bidder in connection with, or arising out of, the Contract or the

provision of the equipment, whether during carrying out the

Services or after their completion, the matter shall be referred to

the Arbitrator within 14 days of the notification of disagreement

of one party to the other.

8.2.2 The Arbitrator shall give a decision in writing within 28 days of

receipt of a notification of a dispute.

8.2.3 Should the Arbitrator resign or die, or should the Procuring

agency and the Bidder agree that the Arbitrator is not functioning

in accordance with the provisions of the Contract, a new

Arbitrator will be jointly appointed by the Procuring agency and

the Bidder

Page 136: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 68

Section B. Special Conditions of Contract

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

1.1(a) The Arbitrator is:

To be mutually decided by procuring agency and Bidder

1.1(b) The contract name is:

Supply and Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab

Country of Origin: UK, USA, Europe, Japan

1.1(e) The Procuring agency is :

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

1.1(p) The Bidder is ____________________

1.2 The Applicable Law is:

Laws of Islamic Republic of Pakistan

1.3 The language is:

English

1.4 The addresses are:

Procuring agency:

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

Attention: Project Director, PMU

Tel: _______________

Email: procurement,[email protected]

Bidder:

Attention:

Tel:

Email:

1.6 The Authorized Representatives are:

Page 137: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section B- Special Conditions of Contract (SCC) 69

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

For the Procuring agency:

Project Director, PMU

For the Bidder:

2.1 The contract shall come into force upon the award of contract

2.2.2 The delivery period for the equipment shall be 6-8 weeks after the award of

contract and the Installation of the Laundry System shall complete within

Thirty (30) days after the delivery of the equipment.

3.8.1 As listed in Scope of Work clause 4.8.9

6, 6.2(a) The bid price quoted on DDP basis shall be in Pak Rupees and the prices

quoted on C&F basis prices shall be in foreign currencies and fixed.

The Contract Price Shall be the bid price submitted by qualified responsive

lowest evaluated bidder to whom contract is awarded.

The bid price shall be inclusive of all delivery, transportation, installation

charges, duties, taxes, levies etc. however, the breakup of the cost shall be

provided on the financial forms given in this bid document. The operational

cost of the machinery for feeder hospital and the Satellite hospital shall be

separately provided in the bid price.

The Bid shall be evaluated on the basis of aggregate of all the prices,

however, the procuring agency may issue work order for one or more

hospitals separately.

7.1 The Payments against the capital cost shall be made within _30_ (thirty) __

days of the successful installation, commissioning & testing of machinery.

Page 138: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 70

Page 139: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 71

Part III – Appendices

Appendix A —Equipment

Page 140: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals
Page 141: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

1

1 | P a g e

SUPPLY ITEMS / SCOPE OF WORK – SPECIFICATIONS

(TECHNICAL) Supply, Installation, Testing, Commissioning and

Maintenance (during maintenance period) of The Complete Laundry

System

Sr.no Equipment Name Specifications

1 Hygiene/ Barrier The Washer Extractor shall be electric heating free standing type, fully

Washer (Imported) automatic with front/back loading/unloading. Fully programmable,

(200kg Linen) microprocessor control. Stainless steel in all vital parts

for high degree

of rust protection, Stainless steel front panels and powder painted side

panels, Multi liquid supply connections/ powder compartment. Technical specifications:

• Capacity/Load: As per design 30-40 kg or 50-60 kg (approx. 200 kg

must be available)

• Extraction : 700-800 rpm (Approx) • g Factor : not less than 300

• Pneumatic drain valve

• Cycle Time: Max. 45 min.

• Frequency controlled motor drive system

2. Drying Tumbler (Imported)

Drying Tumbler with electric heating, fully automatic Microprocessor

(100kg Lenin) control having stainless steel drum and 2 full loads per hour. Error codes

for easy trouble shooting. Service program for adjustment of parameters,

temperature and cool down time. The tumbler to be factory painted with

enameled paint and shall have the following specifications:

• Capacity of drying tumbler: 30-40 kg or 50-60 kg (approx. 100 kg must

be available)

• Cycle Time: 30 min. including loading & unloading

3. Flat work Ironer Imported (01)

Flat Work Dryer Ironer shall be electric heated, cylindrical type having

single roller/cylinder. Automatic speed adjustment. Finger guard

protection, Nickel-plated cylinder, Front loading and Front return and

shall have following minimum specifications:

• Speed: 1-8 m/ min (variable speed) • Drive: Electrical Motor

• Feeding: Through Belts

Page 142: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

• Cylinder Dia: 400 - 450 mm Approximately

• Working Width: 2,000 – 2,500 mm

Approximately

• The Dryer Ironer to be a compact free standing self-contained unit.

4. Utility Press Imported (01)

Air operated laundry press adjustable squeezing pressure between head

and buck.

Technical specifications:

• Electric heating

• Integrated/ separate air compressor

• Fitted with timer and two hand push buttons • Water spray gun, condenser and support

5. Hand Ironer with Electric heated iron with cut off, iron rest. Table (01)

6. Sewing Machine (01) Motorized, Heavy duty with sewing machine table

7. Packing/Sorting Table The main structure is completely built with tubular profiles in Stainless

(01) Steel, With 4 plastic feet in the corners.

(Local/Imported) Dimensions: Length: 1400 mm, Width: 800 mm, Height: 900 mm

8. Dirty Linen Collection Trolley with four Polyester bags

Trolley (02) Set of two colour coded bags holder trolley

(Local/Imported) Bag holder with ring to hold every type of bag. Construction fully welded SS

Solid frame with reinforced base.

Stainless steel tube frame

Lowe base of SS

Dimension of bag holder 38 x 26 cm approx. Four Wheel 150 mm

9. Clean Linen Clean Linen Trolley with four levels/ Shelves

Distribution Trolley Interior Shelves with 30-35 cm distance

(02) Construction fully welded SS (Local/Imported) Stainless Steel tube frame or Aluminum

Two swing doors lockable

Castors 150 mm

Wheel bumpers

Push Bar

Lateral bag holder with polyester bag of 70 Liters minimum

10. Storage Racks (02) Stainless steel Storage Rack with five Shelves

(Local/Imported) Interior Shelves with min 30-35 cm distance Shelves should be removable and adjustable

Construction fully welded

Page 143: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 3

Steel tube frame with epoxy finish

Two swing doors lockable

Castors 150 mm Wheel bumpers

Push Bar

11. Dirty Linen Storage Stainless steel / fiber glass Storage Bin to be placed in the collection area/

Bin (30) wards/ Theatres etc with dissolvable material bag.

(Local/Imported) Capacity 15-20kg dry linen

12. Clean Linen Storage Stainless steel with front glass for storage of Clean linen.

Cupboard (30) Four Shelves with min 30-35 cm distance

(Local/Imported) Two swing doors lockable

13. Weighing Scale (01) For weighing linen before feeding into machines

Floor mounted

200kg capacity with platform

14. Electric Power 200kKVA Electric Power Generator with Canopy and ATS Panel

Generator (as per approved specs)

Page 144: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Appendix C2 - Performance Security

(Performance Security to be furnished by the Bidder in the amount specified in Data sheet

/SCC in the form of Demand Draft. Pay order, CDR, or Bank Guarantee.

Page 145: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 5

PROJECT MANAGEMENT UNIT (PMU)

B I D D I N G D O C U M E N T

Package-3

Supply &Installation of Laundry System in

selected DHQ/THQ Hospitals of Punjab

Project Management Unit

Government of the Punjab

September 2017

Page 146: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

6 Section IV: Scope of Work

Invitation for Bids Dated: September 5, 2017

1. The Project Management Unit (PMU) has received budget from Government of

Punjab towards the cost of Revamping of DHQ/THQ Hospitals in Punjab. It is intended that

part of the proceeds of this budget will be applied to eligible payments under the contract for

supply of following items:

Package-

3 Item Qty Bid Security

LOT-I

Supply and Installation of Laundry System in the

following Hospital

DHQ Muzaffargarh

1 20,000

LOT-II

Supply and Installation of Laundry System in the

following Hospital

DHQ Rajanpur

1 20,000

LOT-III

Supply and Installation of Laundry System in the

following Hospital

DHQ Layyah

1 20,000

LOT-IV

Supply and Installation of Laundry System in the

following Hospital

DHQ Jhang

1 20,000

LOT-V

Supply and Installation of Laundry System in the

following Hospital

DHQ TT Singh

1 20,000

LOT-VI

Supply, Installation and Operations of Laundry

System in the following Hospitals

DHQ Khanewal

1 20,000

LOT-VII

Supply and Installation of Laundry System in the

following Hospital

DHQ Pakpattan

1 20,000

LOT-VIII

Supply and Installation of Laundry System in the

following Hospital

DHQ Okara

1 20,000

LOT-IX

Supply and Installation of Laundry System in the

following Hospital

DHQ Nankana Sahib

1 20,000

LOT-X

Supply and Installation of Laundry System in the

following Hospital

DHQ Kasur

1 20,000

LOT-XI Supply and Installation of Laundry System in the

following Hospital 1 20,000

Page 147: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 7

DHQ Khushab (At Jauharabd)

2. The PMU now invites sealed bids from eligible bidders, Manufacturers, authorized

Sales & Service Dealers for the supply of above mentioned items.

3. Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two

Envelope) procedures specified in the Punjab Procure Rules (PPRA) 2014 (amended Jan

2016), and is open to all eligible bidders as defined in the bidding document

4. Interested eligible bidders may obtain bidding documents and further information

from the Office of Procurement Specialist, Project Management Unit,

Revamping of DHQ/THQ Hospitals, 31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore or

download from website: www.pshealth.punjab.gov.pk

5. The provisions in the Instructions to Bidders and in the General Conditions of

Contract are the provisions of the Bidding Documents.

6. Sealed Bids must be delivered to the above office on or before 11:00 a.m on

4th

October 2017 and must be accompanied by a Bid Security as mentioned above in the

form of CDR/Pay Order/Demand Draft/Bank Guarantee.

7. Bids will be opened in the presence of bidders’ representatives who choose to

attend at 11:30 a.m.in the Office of Procurement Specialist, Project Management Unit,

31-E/1, Shahrah-e-Imam Hussain, Gulberg-III, Lahore on the same date.

8. The bidders are requested to give their best and final prices as no negotiations are

expected.

9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax

registration certificate must be provided.

10. For obtaining any further information or clarifications, please contact the person

named below

Procurement Specialist

Program Management Unit (PMU)

Primary & Secondary Healthcare Department

31-E/1, Shahra-e-Imam Hussain, Gulberg-III, Lahore

Tel: 042-99231202 Mob: 0333-3246467, 0333-4748418, 0333-4407161

Website: www.pshealth.punjab.gov.pk

Email: [email protected]

Page 148: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

8 Section IV: Scope of Work

Table of Contents

PART-I

SECTION I. INSTRUCTIONS TO BIDDERS (ITB) ....................................................................... 5

SECTION II. BID DATA SHEET .................................................................................................... 18

SECTION III. SCHEDULE OF REQUIREMENTS ...................................................................... 23

SECTION IV. TECHNICAL SPECIFICATIONS ......................................................................... 24

SECTION V. BIDDING FORMS ..................................................................................................... 29

1. Bid Submission Form .................................................................................................................. 29

2. Manufacturer’s Authorization Form ............................................................................................ 31

3. Price Schedules ............................................................................................................................ 32

PART-II

SECTION I. CONTRACT FORMS ................................................................................................. 34

1. Contract Form .............................................................................................................................. 34

2. Performance guarantee Form ....................................................................................................... 35

SECTION II. GENERAL CONDITIONS OF CONTRACT (GCC) ............................................ 36

SECTION III. SPECIAL CONDITIONS OF CONTRACT (SCC) .............................................. 47

Page 149: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 9

Part-I

Section I. Instructions to Bidders

A. Introduction

1. Source of

Funds

1.1 The Procuring Agency named in the Bid Data Sheet has received

budget from the Government of Punjab. The Procuring Agency

intends to apply a portion of the proceeds of this budget to

eligible payments under the contract for which this Invitation for

Bids is issued.

2. Eligible

Bidders

2.1 This Invitation for Bids is open to all suppliers, except as

provided hereinafter.

2.2 Bidders should not be associated, or have been associated in the

past, directly or indirectly, with a firm or any of its affiliates

which have been engaged by the Procuring Agency to provide

consulting services for the preparation of the design,

specifications, and other documents to be used for the

procurement of the goods to be purchased under this Invitation

for Bids.

2.3 Government-owned enterprises may participate only if they are

legally and financially autonomous, if they operate under

commercial law, and if they are not a dependent agency of the

Government.

2.4 Bidders shall not be under a declaration of blacklisting by any

Government department or Punjab Procurement Regulatory

Authority (PPRA).

3. Eligible Goods

and Services

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

shall have their origin in eligible source countries, defined in the

Bid Data Sheet (BDS), and all expenditures made under the

contract will be limited to such goods and services.

3.2 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. Goods are produced when,

through manufacturing, processing, or substantial and major

Page 150: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

10 Section IV: Scope of Work

assembly of components, a commercially-recognized product

results that is substantially different in basic characteristics or in

purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality

of the Bidder.

4. Cost of

Bidding

4.1 The Bidder shall bear all costs associated with the preparation

and submission of its bid, and the Procuring Agency named in

the Bid Data Sheet, hereinafter referred to as ―the Purchaser,‖

will in no case be responsible or liable for those costs, regardless

of the conduct or outcome of the bidding process.

B. The Bidding Documents

5. Content of

Bidding

Documents

5.1 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) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance guarantee Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms,

and specifications in the bidding documents. Failure to furnish

all information required by the bidding documents or to submit a

bid not substantially responsive to the bidding documents in

every respect will be at the Bidder’s risk and may result in the

rejection of its bid.

6. Clarification of

Bidding

Documents

6.1 A prospective Bidder requiring any clarification of the bidding

documents may notify the Purchaser in writing or by email at the

Purchaser’s address indicated in ITB Clause 19.1. The Purchaser

will respond in writing to any request for clarification of the

bidding documents which it receives no later than three (3) days

prior to the deadline for the submission of bids prescribed in the

Bid Data Sheet. Written copies of the Purchaser’s response

(including an explanation of the query but without identifying

the source of inquiry) will be sent to all prospective bidders that

Page 151: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 11

have received the bidding documents.

7. Amendment of

Bidding

Documents

7.1 At any time prior to the deadline for submission of bids, the

Purchaser, 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

will be notified of the amendment in writing or by email, and

will be bidding 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

Purchaser, at its discretion, may extend the deadline for the

submission of bids.

C. Preparation of Bids

8. Language of

Bid

8.1 The bid prepared by the Bidder, as well as all correspondence

and documents relating to the bid exchanged by the Bidder and

the Purchaser shall be written in the language specified in the

Bid Data Sheet. Supporting documents and printed literature

furnished by the Bidder may be in same language.

9. Documents

Comprising

the Bid

9.1 The bid prepared by the Bidder shall comprise the following

components:

(a) a Bid Form and a Price Schedule completed in accordance

with ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB

Clause 13 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 14 that the goods and ancillary services to be

supplied by the Bidder are eligible goods and services and

conform to the bidding documents; and

(d) Bid security furnished in accordance with ITB Clause 15.

10. Bid Form

10.1 The Bidder shall complete the Bid Form and the appropriate

Price Schedule furnished in the bidding documents, indicating

the goods to be supplied, a brief description of the goods, and

their country of origin, quantity, and prices.

Page 152: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

12 Section IV: Scope of Work

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the

unit prices (where applicable) and total bid price of the goods it

proposes to supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty

paid (DDP) and C&F prices.

11.3 The Bidder’s separation of price components in accordance with

ITB Clause 11.2 above will be solely for the purpose of

facilitating the comparison of bids by the Purchaser and will not

in any way limit the Purchaser’s right to contract on any of the

terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s

performance of the contract and not subject to variation on any

account, unless otherwise specified in the Bid Data Sheet. A bid

submitted with an adjustable price quotation will be treated as

nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in foreign currencies in case of C&F and

in Pak Rupees in case of DDP.

13. Documents

Establishing

Bidder’s

Eligibility and

Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the Bidder’s eligibility to bid and its

qualifications to perform the contract if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall

establish to the Purchaser’s satisfaction that the Bidder, at the

time of submission of its bid, is eligible as defined under ITB

Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to

perform the contract if its bid is accepted shall establish to the

Purchaser’s satisfaction:

(a) that, in the case of a Bidder offering to supply goods under

the contract which the Bidder did not manufacture or

otherwise produce, the Bidder has been duly authorized by

the goods’ Manufacturer or producer to supply the in

Pakistan;

(b) that the Bidder has the financial, technical, and production

capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within

Page 153: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 13

Pakistan, the Bidder is or will be (if awarded the contract)

represented by an Agent in that country equipped, and able

to carry out the Supplier’s maintenance, repair, and spare

parts stocking obligations prescribed in the Conditions of

Contract and/or Technical Specifications; and

(d) That the Bidder meets the qualification criteria listed in the

Bid Data Sheet.

14. Documents

Establishing

Goods’

Eligibility and

Conformity to

Bidding

Documents

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the eligibility and conformity to the

bidding documents of all goods and services which the Bidder

proposes to supply under the contract.

14.2 The documentary evidence of the eligibility of the goods and

services shall consist of a statement in the Price Schedule of the

country of origin of the goods and services offered which shall

be confirmed by a certificate of origin issued at the time of

shipment.

14.3 The documentary evidence of conformity of the goods and

services to the bidding documents may be in the form of

literature, drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and

performance characteristics of the goods;

(b) a list giving full particulars, including available sources and

current prices of spare parts, special tools, etc., necessary

for the proper and continuing functioning of the goods for a

period to be specified in the Bid Data Sheet, following

commencement of the use of the goods by the Purchaser;

and

(c) an item-by-item commentary on the Purchaser’s Technical

Specifications demonstrating substantial responsiveness

of the goods and services to those specifications, or a

statement of deviations and exceptions to the provisions of

the Technical Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB

Clause 14.3(c) above, the Bidder shall note that standards for

workmanship, material, and equipment, as well as references to

brand names or catalogue numbers designated by the Purchaser

in its Technical Specifications, are intended to be descriptive

only and not restrictive. The Bidder may substitute alternative

Page 154: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

14 Section IV: Scope of Work

standards, brand names, and/or catalogue numbers in its bid,

provided that it demonstrates to the Purchaser’s satisfaction that

the substitutions ensure substantial equivalence to those

designated in the Technical Specifications.

15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, a bid security in the amount specified in the Bid Data Sheet.

15.2 The bid security is required to protect the Purchaser against the

risk of Bidder’s conduct which would warrant the security’s

forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of

the following forms:

(d) Bank call-deposit (CDR), Demand Draft (DD), Pay Order

(PO) or Bank Guarantee (BG) valid for thirty (30) days

beyond the validity of bid.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and

15.3 will be rejected by the Purchaser as nonresponsive, pursuant

to ITB Clause 24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned

as promptly as possible but not later than thirty (30) days after

the expiration of the period of bid validity prescribed by the

Purchaser pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the

Bidder signing the contract, pursuant to ITB Clause 32, and

furnishing the performance guarantee, pursuant to ITB Clause

33.

15.7 The bid security may be forfeited:

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

validity specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause

32;

or

(ii) to furnish performance guarantee in accordance with

ITB Clause 33.

Page 155: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 15

16. Period of

Validity of

Bids

16.1 Bids shall remain valid for the period specified in the Bid Data

Sheet after the date of bid opening prescribed by the Purchaser,

pursuant to ITB Clause 19. A bid valid for a shorter period shall

be rejected by the Purchaser as nonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit the

Bidder’s consent to an extension of the period of validity. The

request and the responses thereto shall be made in writing (or by

email). The bid security provided under ITB Clause 15 shall also

be suitably extended. A Bidder may refuse the request without

forfeiting its bid security. A Bidder granting the request will not

be required nor permitted to modify its bid, except as provided in

ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a

period exceeding sixty (60) days beyond the expiry of the initial

bid validity, the contract price will be adjusted by a factor

specified in the request for extension.

17. Format and

Signing of Bid

17.1 The Bidder shall prepare an original and the number of copies of

the bid indicated in the Bid Data Sheet, clearly marking each

―ORIGINAL BID‖ and ―COPY OF BID,‖ as appropriate. In the

event of any discrepancy between them, the original shall

govern.

17.2 The original and the copy or copies of the bid shall be typed or

written in indelible ink and shall be signed by the Bidder or a

person or persons duly authorized to bind the Bidder to the

contract. All pages of the bid, except for unamended printed

literature, shall be initialed by the person or persons signing the

bid.

17.3 Any interlineations, erasures, or overwriting shall be valid only if

they are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of

Bid on commissions or gratuities, if any, paid or to be paid to

agents relating to this Bid, and to contract execution if the Bidder

is awarded the contract.

D. Submission of Bids

18. Sealing and

Marking of

Bids

18.1 The Bidder shall seal the original and each copy of the bid in

separate envelopes, duly marking the envelopes as ―ORIGINAL‖

and ―COPY.‖ The envelopes shall then be sealed in an outer

envelope.

Page 156: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

16 Section IV: Scope of Work

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in the

Bid Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid

Data Sheet, the Invitation for Bids (IFB) title and number

indicated in the Bid Data Sheet, and a statement: ―DO

NOT OPEN BEFORE,‖ to be completed with the time and

the date specified in the Bid Data Sheet, pursuant to ITB

Clause 2.2.

18.3 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 ―late‖.

18.4 If the outer envelope is not sealed and marked as required by ITB

Clause 18.2, the Purchaser will assume no responsibility for the

bid’s misplacement or premature opening.

19. Deadline for

Submission of

Bids

19.1 Bids must be received by the Purchaser at the address specified

under ITB Clause 18.2 no later than the time and date specified

in the Bid Data Sheet.

19.2 The Purchaser 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 Purchaser and bidders previously subject to the

deadline will thereafter be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for

submission of bids prescribed by the Purchaser pursuant to ITB

Clause 19 will be rejected and returned unopened to the Bidder.

21. Modification

and

Withdrawal of

Bids

21.1 The Bidder may modify or withdraw its bid after the bid’s

submission, provided that written notice of the modification,

including substitution or withdrawal of the bids, is received by

the Purchaser prior to the deadline prescribed for submission of

bids.

21.2 The Bidder’s modification or withdrawal notice shall be

prepared, sealed, marked, and dispatched in accordance with the

provisions of ITB Clause 18. A withdrawal notice may also be

sent by email, but followed by a signed confirmation copy,

postmarked no later than the deadline for submission of bids.

Page 157: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 17

21.3 No bid may be modified after the deadline for submission of

bids.

21.4 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 by the Bidder on the Bid Form. Withdrawal of

a bid during this interval may result in the Bidder’s forfeiture of

its bid security, pursuant to the ITB Clause 15.7.

E. Opening and Evaluation of Bids

22. Opening of

Bids by the

Purchaser

22.1 The Purchaser will open all bids in the presence of bidders’

representatives who choose to attend, at the time, on the date,

and at the place specified in the Bid Data Sheet. The bidders’

representatives who are present shall sign an attendance sheet

evidencing their presence.

22.2 The bidders’ names, bid modifications or withdrawals, bid

prices, discounts, and the presence or absence of requisite bid

security and such other details as the Purchaser, at its discretion,

may consider appropriate, will be announced at the opening. No

bid shall be rejected at bid opening, except for late bids, which

shall be returned unopened to the Bidder pursuant to ITB Clause

20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that

are not opened and read out at bid opening shall not be

considered further for evaluation, irrespective of the

circumstances. Withdrawn bids will be returned unopened to the

bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of

Bids

23.1 During evaluation of the bids, the Purchaser 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.

24. Preliminary

Examination

24.1 The Purchaser will 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.

24.2 Arithmetical errors will be rectified on the following basis. If

Page 158: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

18 Section IV: Scope of Work

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 Supplier does not accept the correction of the errors, its bid

will be rejected, and its bid security may be forfeited. If there is

a discrepancy between words and figures, the amount in words

will prevail.

24.3 The Purchaser 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.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the

Purchaser will determine the substantial responsiveness of each

bid to the bidding documents. For purposes of these Clauses, a

substantially responsive bid is one which conforms to all the

terms and conditions of the bidding documents without material

deviations. Deviations from, or objections or reservations to

critical provisions, such as those concerning Bid Security (ITB

Clause 15), Applicable Law (GCC Clause 30), and Taxes and

Duties (GCC Clause 32), will be deemed to be a material

deviation. The Purchaser’s determination of a bid’s

responsiveness is to be based on the contents of the bid itself

without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the

Purchaser and may not subsequently be made responsive by the

Bidder by correction of the nonconformity.

25. Qualification

& Evaluation

of Bids

25.1 In the absence of prequalification, the Purchaser will determine

to its satisfaction whether the Bidder is qualified to perform the

contract satisfactorily, in accordance with the criteria listed in

ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, pursuant to ITB Clause

13.3, as well as such other information as the Purchaser deems

necessary and appropriate.

25.3 The Purchaser will technically evaluate and compare the bids

which have been determined to be substantially responsive,

pursuant to ITB Clause 24, as per Technical Specifications

required

Page 159: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 19

25.4 The Purchaser’s financial evaluation of a bid will be Lowest

Delivered Duty Paid (DDP)/C&F Total Price offered by the qualified

responsive bidder.

Alternate 25.5 Quality & Cost-based Selection:

The following merit point system for weighing evaluation factors

can be applied if specified in the Bid Data Sheet. The number of

points allocated to each factor shall be specified in the Bid Data

Sheet.

[In the Bid Data Sheet, choose from the range of]

Price of the goods 60 to 90

Quality, technology and metallurgy 0 to 20

Performance and productivity 0 to 20

Standardization 0 to 20

Projected life-cycle cost 0 to 20

Operating and maintenance costs 0 to 20

Cost of spare parts and after-sales-service 0 to 20

Total 100

The bid scoring the highest number of points will be deemed to

be the lowest evaluated bid.

26. Contacting the

Purchaser

26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser

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

to the time evaluation report is made public i.e. 10 days before

the contract is awarded. If the Bidder wishes to bring additional

information or has grievance to the notice of the Purchaser, it

should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid

evaluation, or bid comparison may result in the rejection of the

Bidder’s bid.

F. Award of Contract

28. Award

Criteria

28.1 Subject to ITB Clause 30, the Purchaser will award the contract

to the successful Bidder whose bid has been determined to be

substantially responsive and has been determined to be the

lowest evaluated bid, provided further that the Bidder is

determined to be qualified to perform the contract satisfactorily.

29. Purchaser’s 29.1 The Purchaser reserves the right at the time of contract award to

Page 160: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

20 Section IV: Scope of Work

Right to Vary

Quantities at

Time of Award

increase or decrease, by the percentage indicated in the Bid Data

Sheet, the quantity of goods and services originally specified in

the Schedule of Requirements without any change in unit price

or other terms and conditions.

30. Purchaser’s

Right to

Accept or

Reject All Bids

30.1 The Purchaser reserves the right to accept or reject all bids, and

to annul the bidding process at any time prior to contract award,

without thereby incurring any liability to the Bidder or bidders or

any obligation to inform the Bidder or bidders of the grounds for

the Purchaser’s action.

31. Notification of

Award

31.1 Prior to the expiration of the period of bid validity, the Purchaser

will notify the successful Bidder in writing by registered letter or

by email, to be confirmed in writing by registered letter, that its

bid has been accepted.

31.2 The notification of award will constitute the formation of the

Contract.

31.3 Upon the successful Bidder’s furnishing of the performance

guarantee pursuant to ITB Clause 33, the Purchaser will

promptly notify each unsuccessful Bidder and will discharge its

bid security, pursuant to ITB Clause 15.

32. Signing of

Contract

32.1 At the same time as the Purchaser notifies the successful Bidder

that its bid has been accepted, the Purchaser will send the Bidder

the Contract Form provided in the bidding documents,

incorporating all agreements between the parties.

32.2 Within seven (07) days of receipt of the Contract Form, the

successful Bidder shall sign and date the contract and return it to

the Purchaser.

33 Performance

guarantee

33.1 Within fourteen (14) days of the receipt of notification of award

from the Purchaser, the successful Bidder shall furnish the

performance guarantee in accordance with the Conditions of

Contract, in the Performance guarantee Form provided in the

bidding documents or in another form acceptable to the

Purchaser.

33.2 Failure of the successful Bidder to comply with the requirement

of ITB Clause 32 or ITB Clause 33.1 shall constitute sufficient

grounds for the annulment of the award and forfeiture of the bid

security, in which event the Purchaser may make the award to

the next lowest evaluated Bidder or call for new bids.

Page 161: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 21

33.3 The Performance Guarantee shall be returned to the supplier after

successful completion of the Warranty period in true spirit.

34. Corrupt or

Fraudulent

Practices

34.1 The Procuring Agency requires that Bidders, Suppliers, and

Contractors observe the highest standard of ethics during the

procurement and execution of contracts. For the purposes of this

provision, the terms set forth below are defined as follows:

(i) ―corrupt practice‖ means the

offering, giving, receiving or soliciting of

anything of value to influence the action of a

public official in the procurement process or in

contract execution; and

(ii) ―fraudulent practice‖ means a

misrepresentation of facts in order to influence a

procurement process or the execution of a

contract to the detriment of the Procuring

Agency,

(iii) ―collusive practice‖ is an arrangement among

bidders (prior to or after bid submission)

designed to establish bid prices at artificial, non-

competitive levels for any wrongful gains, and

to deprive the Procuring Agency of the benefits

of free and open competition;

(b) The Procuring Agency will reject a proposal for

award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in

competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in

accordance with prevailing Blacklisting procedures

under Punjab Procurement Rules 2014, if it at any time

determines that the firm has engaged in corrupt or

fraudulent practices in competing for, or in executing, a

Bank-financed contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in

sub-clause 5.4 and sub-clause 24.1 of the General Conditions of

Contract.

Page 162: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

22 Section IV: Scope of Work

Part-I

Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or

amend the provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a

conflict, the provisions herein shall prevail over those in ITB.

Introduction

ITB 1.1 Name of Procuring Agency: Project Management Unit

(PMU)Primary & Secondary Health Department,31-E1, Gulberg-III,

Lahore, Government of the Punjab

ITB 1.1 Name of Project: Revamping of DHQ/THQ Hospitals in Punjab

ITB 1.1 Name of Contract:

Supply & Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab: P&SH/PMU/0124/2017

Country of Origin: UK/USA/EUROPE/JAPAN

ITB 4.1 Name of Procuring Agency: Project Management Unit (PMU)

ITB 6.1 For clarification purposes, the Employer’s address is:

PMU, Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1,

Gulberg-III, Lahore

ITB 8.1 Language of the bid – English

Bid Price and Currency

ITB 11.2

The prices shall be quoted both on C&F & DDP basis . The prices

quoted on C&F basis shall be compared and evaluated against C&F

Prices whereas prices quoted on DDP basis shall be compared

against DDP Prices

Page 163: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 23

ITB 11.5 The C&F prices may be in foreign currency and shall be fixed

whereas the price quoted on DDP shall be in Pak Rupees and shall

be fixed.

Preparation and Submission of Bids

ITB 13.2 g. Certificate of Incorporation of bidder’s firm showing its

location and the date of registration etc.

h. Complete working model with relevant years of experience

i. NTN, GST & PRA Registration Certificate (If Applicable)

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial

years (up to June2017).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2, and

ITB 13.3 (b), the potential bidder must also fulfill the following:-

m) The Bidder must be a Manufacturer or Importer/Dealer of

Laundry Systems at large scale.

n) Technical Brochures of Equipment quoted, mentioning its

specifications, manufacture’s model, product number, and country

of origin.

o) An average annual sale of Rs. 5 million for each Lot separately.

p) The bidder must either have at least one local certified /authorized

repair and maintenance set-up or an agreement with a local

repair and maintenance workshop for the period of contract.

q) Description of bidder’s repair & maintenance set-up with the

location / addresses of workshops, mobile workshops (if any).

r) Authority Letter from the Bidder Company authorizing the

relevant person to represent the company.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipment to

be supplied are easily available in Pakistan in the local market or

from company owned outlets and the machinery/equipment/spare

parts is not going to be outdated/obsolete/out of production in the

next 5 years.

ITB 15.1 Amount of Bid Security:

Bid Security shall be Rs. 50,000 per LOT. Bids shall be in the

Page 164: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

24 Section IV: Scope of Work

prescribed format, sealed and accompanied by the Bid Security in

the form of Call Deposit, Bank Draft, Pay Order or Bank Guarantee

in favor of Project Director-PMU, Primary & Secondary

Healthcare Department having its validity 90 days from the date

of opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids

must be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

Procurement Specialist, Project Management Unit (PMU),

Revamping of DHQ /THQ Hospitals in Punjab, 31-E/1, Gulberg-III,

Lahore.

ITB 18.2 (b) IFB Title and Number:

Package-3

Supply, Installation & Operations of Laundry System in selected

DHQ/THQ Hospitals of Punjab P&SH/PMU/0126/2017)

ITB 19.1 Date for Bid Submission: 4th October, 2017 (11am)

ITB 22.1 Time, Date, and Place for Bid Opening:

On 4th October 2017 at 11:30 am at Office of Procurement

Specialist, Project Management Unit (PMU), 31-E/1, Shahra-e-

Imam Hussain, Gulberg-III, Lahore

Bid Evaluation

ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) or

C&F Total Price offered by the qualified responsive bidder.

Contract Award

ITB 29.1 As per PPRA Punjab Rules 2014

Page 165: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 25

Package-

3 Item Qty

LOT-I

Supply and Installation of Laundry System in the

following Hospital

DHQ Muzaffargarh

1

LOT-II

Supply and Installation of Laundry System in the

following Hospital

DHQ Rajanpur

1

LOT-III

Supply and Installation of Laundry System in the

following Hospital

DHQ Layyah

1

LOT-IV

Supply and Installation of Laundry System in the

following Hospital

DHQ Jhang

1

LOT-V

Supply and Installation of Laundry System in the

following Hospital

DHQ TT Singh

1

LOT-VI

Supply, Installation and Operations of Laundry

System in the following Hospitals

DHQ Khanewal

1

LOT-VII

Supply and Installation of Laundry System in the

following Hospital

DHQ Pakpattan

1

LOT-VIII

Supply and Installation of Laundry System in the

following Hospital

DHQ Okara

1

LOT-IX

Supply and Installation of Laundry System in the

following Hospital

DHQ Nankana Sahib

1

LOT-X

Supply and Installation of Laundry System in the

following Hospital

DHQ Kasur

LOT-XI

Supply and Installation of Laundry System in the

following Hospital

DHQ Khushab (At Jauharabd)

Page 166: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

26 Section IV: Scope of Work

Part-I

Section III. Schedule of Requirements

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the

date of delivery required.

Note. The bid price shall be inclusive of all delivery, transportation, installation charges,

duties, taxes, levies etc. however, the breakup of the cost shall be provided on the financial

forms given in this bid document.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Quantities may be increased/decreased as per requirement PPRA Punjab Rules 2014.

Page 167: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 27

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

The quotation /bid who secure 65% marks will qualify for the competition.

Sr. # Parameter Slabs Marks Weightage

1 Relevant Business Volume

20%

Annual Turnover of Laundry

related projects (Average of Last 3-

Years) Rs. In Million

More than or = 10

million

8=<10 million

5= < 8 million

100

70

40

2 Age of Company

a

Number of years since

establishment

10 Years or more

7 Years =< 10 Years

4 Years =<7 Years

100

70

40 10%

b

Execution of similar projects of

Manufacturing, Installation, &

Maintenance of Laundry System

valuing more than Rs. 5.00 million

5 and above

3 to 4

01 to 02

100

70

40 20%

3 Financial strength

20% Net Worth (Average of last 3-

Years) (Amount Rs. In million)

30 and above

20 to 29

10 to 19

100

70

40

4 H.R. Strength

10% Qualified / Supervisors/ Skilled

Workforce

25 and above

20 to 24

15 to 19

100

70

40

5 Onsite backup Support 3 or more Repair &

Maintenance Setup

2 maintenance setup

1 maintenance setup

100

70

40

10%

Relevant experience in

Manufacturing, Installation &

Maintenance of Laundry System

(Firms having less than 4 years’

experience will be given zero marks.)

6 Working Methodology 10%

Total: 100%

Page 168: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

28 Section IV: Scope of Work

The marks shall be given proportionately to the potential bidder with

regards to the quantified credentials against which evidence is provided.

The Bid shall be evaluated on the basis of aggregate of all the prices, however, the procuring

agency may issue work order for one or more hospitals separately.

Note: in technical criteria Serial No. 1, 2B and 3 are for complete Package and remaining for

each lot.

Section III. Bid Forms

Standard Bid Forms shall be used for the preparation of the Technical and Financial Bid

according to the instructions provided in Section 2

{Notes to Bidders shown in brackets { } throughout Section 3 provide guidance to the

Bidders to prepare the Technical Bid; they should not appear on the Bids to be submitted.}

Page 169: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 29

Table of Forms

Technical Bid – Standard Form

TECH 1: Technical Bid Submission Form ..........................................................................26

TECH 2: Bid Security ............................................................................................................27

TECH 3: Team/Staff Composition ........................................... Error! Bookmark not defined.

TECH 4: Approach, Methodology, and Workplan ............................................................28

TECH 5: Organization and Experience ...............................................................................29

Financial Bid – Standard Form

FIN 1: Financial Bid Submission Form ...............................................................................32

FIN 2: Financial Model .........................................................................................................33

FIN 3: Detail Breakdown of Costs ............................................ Error! Bookmark not defined.

Page 170: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

30 Section IV: Scope of Work

TECH 1: Technical Bid Submission Form

[date]

To: Program Director,

Project Management Unit,

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

We, the undersigned, offer to provide the requested services as in accordance

with your Request for Bid dated [insert date here]_________. We are hereby

submitting our Bid, which includes this Technical Bid, and a Financial Bid sealed

under a separate envelope.

We are submitting our Bid in association with: [Insert a list with full name and

address of each associated Bidder (if any, otherwise delete this line)]

We hereby declare that:

(a) All the information and statements made in this Bid are true and we accept

that any misinterpretation or misrepresentation contained in this Bid may lead

to our disqualification by the Client and/or may be sanctioned by the

Procuring Agency.

(b) Our Bid shall be valid and remain binding upon us for the period of time

specified in the Data Sheet, Clause 15.1.

(c) We have no conflict of interest in accordance with ITC 4.

d) We meet the eligibility requirements as stated in ITC 3, and we confirm our

understanding of our obligation to abide by the policy in regard to corrupt and

fraudulent practices as per ITC 37.

(g) Our Bid is binding upon us and subject to any modifications resulting from

the Contract negotiations.

We undertake, if our Bid is accepted and the Contract is signed, to initiate the

Services related to the assignment no later than the date indicated in Clause 34.2 and 34.3 of

the Data Sheet.

We understand that the Client is not bound to accept any Bid that the Client receives.

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

Name of Bidder (company’s name or JV’s name):

Address:

Contact information (phone and e-mail): {For a joint venture, either all members shall sign or only the lead member, in which

case the power of attorney to sign on behalf of all members shall be attached}

Page 171: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 31

TECH 2: Bid Security

(Bid Security to be furnished by the Bidder in the amount specified in Data sheet in the form

of Demand Draft. Pay order or CDR/Bank Guarantee)

Page 172: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

32 Section IV: Scope of Work

TECH 4: Approach, Methodology, and Work plan

A description of the approach, methodology and work plan for performing the assignment,

including a detailed description of the proposed methodology and staffing for training, if the

Terms of Reference specify training as a specific component of the assignment.

{Suggested structure of your Technical Bid:

e) Technical Approach and Methodology

f) Work Plan

a) Approach and Methodology. {Please explain your understanding of the objectives of

the assignment as outlined in the Terms of Reference (TORs), the technical approach,

and the methodology you would adopt for implementing the tasks to deliver the

expected output(s), and the degree of detail of such output. Please do not repeat/copy

the TORs in here.}

b) Work Plan. {Please outline the plan for the implementation of the main

activities/tasks of the assignment, their content and duration, phasing and

interrelations, milestones (including interim approvals by the Client), and tentative

delivery dates of the reports. The proposed work plan should be consistent with the

technical approach and methodology, showing your understanding of the TOR and

ability to translate them into a feasible working plan. A list of the final documents

(including reports) to be delivered as final output(s) should be included here. The

work plan should be consistent with the Work Schedule Form.}

c) Equipment Specification. {Please describe the specifications of equipment listed in

Appendix B-2 that will be used for the purpose of this project. You may attach

brochures of equipment. Please also specify the quantity of equipment that you are

proposing. After award of contract, Bidder will be bound to provide the quantity and

quality of equipment specified by him in this section}

Page 173: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 33

TECH 5: Organization and Experience

1. Individual

Bidders or

Individual

Members of

Joint Ventures

1.1 Constitution or legal status of Bidder: [attach copy]

Place of registration: [insert]

Principal place of business: [insert]

Power of attorney of signatory of Bid: [attach]

1.2 Total annual volume of work performed in five years, in the

currency specified in the BDS: [insert]

1.3 Services performed as prime Bidder on the provision of

Services of a similar nature and volume over the last five

years. The values should be indicated in the same currency

used for Item 1.2 above. Also list details of work under way or

committed, including expected completion date.

Name of client

and country

Type of Services/work

provided (brief description)

and year of completion

Duration Value of contract

{e.g., Ministry of

......} {e.g., ―Improvement quality

of...............‖: designed master

plan for rationalization of ........; }

e.g., Jan.2011–

Apr.2012} – 15

Months

{e.g., PKR 3 mill}

1.4 Major items of Bidder's Equipment proposed for carrying out

the Services/work. List all information, if any, regarding

equipment required in Section V (Specification)/ Annexure B

Item of

equipment

Description,

make, and age

(years)

Condition (new, good,

poor) and number

available

Owned, leased (from whom?),

or to be purchased (from

whom?)

(a)

(b)

Page 174: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

34 Section IV: Scope of Work

TECH 6: Relevant Experience of Laundry

Sr. No. Buyer Name Total Project Cost Laundry Cost (Capital

Cost)

2. Joint Ventures 2.1 The information listed in 1.1 - 1.4 above shall be provided for

each partner of the joint venture.

2.2 The information in 1.12 above shall be provided for the joint

venture.

2.3 Attach the power of attorney of the signatory (ies) of the Bid

authorizing signature of the Bid on behalf of the joint venture.

2.4 Attach the Agreement among all partners of the joint venture

(and which is legally binding on all partners), which shows that

(a) all partners shall be jointly and severally liable for the

execution of the Contract in accordance with the Contract

terms;

(b) one of the partners will be nominated as being in charge,

authorized to incur liabilities, and receive instructions for

and on behalf of any and all partners of the joint venture;

and

(c) the execution of the entire Contract, including payment,

shall be done exclusively with the partner in charge.

3. Additional

Requirements

3.1 Bidders should provide any additional information required in

the BDS and to fulfill the requirements of ITB Sub-Clause 4.1,

if applicable.

Page 175: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 35

CHECKLIST OF FORMS

Required (√)

FORM DESCRIPTION Page Limit

√ TECH 1 Technical Bid Submission Form. N/A “√ “ If

applicable TECH 1

Attachment If the Bid is submitted by a joint venture, attach a letter of intent or a copy of an existing agreement.

N/A

“√” If applicable

Power of Attorney

No pre-set format/form. In the case of a Joint Venture/consortium, several are required: a power of attorney for the authorized representative of each JV member, and a power of attorney for the representative of the lead member to represent all JV members

N/A

√ TECH 2 Bid Security Form N/A √ TECH 5 Bidder’s Organization and Experience. N/A √ TECH 4 Description of the Approach, Methodology, and

Work Plan for Performing the Assignment N/A

√ TECH 3 Team Composition, Key Experts, admin staff etc N/A

Page 176: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

36 Section IV: Scope of Work

FIN 1: Financial Bid Submission Form

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the services for [Insert title of assignment] in

accordance with your Request for Bid dated [Insert Date] and our Technical Bid.

Our attached Financial Bid is for the amount of {Indicate the corresponding

amount(s) currency (ies)} {Insert amount(s) in words and figures}, inclusive of all taxes in

accordance with Clause 25.3 in the Data Sheet. The estimated amount of taxes is {Insert

currency} {Insert amount in words and figures} which shall be confirmed or adjusted, if

needed, during negotiations. {Please note that all amounts shall be the same as in Form FIN-

2}.

Our Financial Bid shall be binding upon us subject to the modifications resulting

from Contract negotiations, up to expiration of the validity period of the Bid, i.e. before the

date indicated in Clause 15.1 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents or any third

party relating to this Bid and Contract execution.

We understand you are not bound to accept any Bid you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}:

Name and Title of Signatory:

In the capacity of:

Address: E-mail: _________________________

{For a joint venture, either all members shall sign or only the lead

member/Consultant, in which case the power of attorney to sign on behalf of all

members shall be attached}

Page 177: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 37

FIN 2: Financial Model

Please quote DDP & C&F

Supply of Laundry System

Cost

Cost of the Financial Bid

Including:

(1)*Capital Cost including Delivery, Installation, Commissioning & Testing the equipment etc.

*i. Cost of the Machinery including delivery and Installation charges

ii. Taxes, Duties, Levies including General Sales Tax

3. Total Capital Cost =i+ii

*The payment against capital cost will be paid after complete delivery and installation of the machinery Note: This Bid is valid for only one package. Interested parties applying for multiple packages shall submit

separate financial Bid for each Package.

Page 178: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

38 Section IV: Scope of Work

Section IV. Scope of Work

Page 179: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 39

5. Background:

The Primary and Secondary Healthcare Department is the key department entrusted

by the people of Punjab with responsibility for the health of communities and the population.

The Primary and Secondary Healthcare Department delivers promotive, preventive and

curative health services from the Primary to the Secondary Health Care level.

Over the last few years, The Primary and Secondary Healthcare Department of

Punjab has taken many initiatives to improve the primary and secondary healthcare facilities

all over Punjab. However, in spite of these initiatives, many districts of the Punjab are not

delivering healthcare services to the standard expected.

6. Contextual information

a. District Head Quarter Hospitals

The District Head Quarters (DHQ) Hospitals are located at District headquarters level

and serve a population of 1 to 3 million, depending upon the category of the hospital. The

DHQ hospital provides promotive, preventive and curative care, advance diagnostics,

inpatient services, advance specialist and referral services.

DHQs provides referral care to the patients including those referred by the Basic

Health Units, Rural Health Centers, Tehsil Head Quarter hospital ls along with Lady Health

Workers and other primary and secondary care facilities

b. Tehsil Head Quarter Hospital

Tehsil Head Quarter (THQ) hospitals are located at each THQ and serve a population

of 0.5 to 1.0 million. At present, the majority of THQ hospitals have 40 to 60 beds. The THQ

hospital provides promotive, preventive and curative care, diagnostics, inpatients, referral

services and also specialist care. THQ hospitals are also supposed to provide basic and

comprehensive Emergency Obstetric and Newborn Care. THQ hospital provides referral care

to patients, including those referred by the Rural Health Centers, Basic Health Units, Lady

Health Workers and other primary care facilities.

Page 180: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

40 Section IV: Scope of Work

Page 181: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part 1: Bid Preparation and Evaluation Procedures 41

Section V. Other

Specifications and

Requirements

LIST OF REQUIREMENTS, DESIGNS AND SPECIFICATIONS

Sr. # Description Annexure

1 Equipment list and requirement Annexure – B

Page 182: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 42

Part II – Conditions of Contract and

Forms

Page 183: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 43

D R A F T C O N T R A C T

Supply & Installation of

Laundry System

Page 184: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 44

Contents

Part II – Conditions of Contract and Forms .......................................................................38

Preface .....................................................................................................................................42

Letter of Acceptance ..............................................................................................................43

Form of Contract ...................................................................................................................44

Section A: General Conditions of Contract (GCC) ............................................................54 1. General Provisions ............................................................................................................54

1.1 Definitions....................................................................................................... 54 1.2 Applicable Law ............................................................................................... 55 1.3 Language ......................................................................................................... 55

1.4 Notices ............................................................................................................ 55 1.5 Location .......................................................................................................... 55

1.6 Authorized Representatives ............................................................................ 55 1.7 Inspection and Audit by the Procuring Agency .............................................. 55 1.8 Taxes and Duties ............................................................................................. 56

2. Commencement, Completion, Modification, and Termination of Contract .....................56 2.1 Effectiveness of Contract ................................................................................ 56

2.3 Intended Completion Date .............................................................................. 56 2.4 Modification .................................................................................................... 56

2.5 Force Majeure ................................................................................................. 56 2.6 Termination ..................................................................................................... 57

3. Obligations of the Bidder ..................................................................................................58

3.1 General ............................................................................................................ 58 3.2 Conflict of Interests......................................................................................... 59

3.3 Confidentiality ................................................................................................ 59 3.4 Insurance to be Taken Out by the Bidder ....................................................... 60 3.5 Bidder’s Actions Requiring Procuring agency’s Prior Approval ................... 60

3.6 Reporting Obligations ..................................................................................... 60 3.7 Documents Prepared by the Bidder to Be the Property of the Procuring agency

......................................................................................................................... 60 3.9 Performance Security ...................................................................................... 61

4. Bidder’s Personnel ............................................................................................................61 4.1 Description of Personnel ................................................................................. 61 4.2 Removal and/or Replacement of Personnel .................................................... 61

5. Obligations of the Procuring Agency ................................................................................62 5.1 Assistance and Exemptions............................................................................. 62

5.2 Change in the Applicable Law ........................................................................ 62 5.3 Services and Facilities..................................................................................... 62

6. Payments to the Bidder ......................................................................................................62 6.1 Lump-Sum Remuneration ............................................................................... 62 6.2 Contract Price.................................................................................................. 62

Page 185: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 45

6.3 Payment for Additional Services .................................................................... 62 7. Quality Control ................................................................................................................. 62

7.1 Identifying Defects .......................................................................................... 62 7.2 Correction of Deficiencies, and Non-Performance Penalty .......................... 63

8. Settlement of Disputes ...................................................................................................... 63 8.1 Amicable Settlement ....................................................................................... 63 8.2 Dispute Settlement .......................................................................................... 63

Section B. Special Conditions of Contract ......................................................................... 64

Section C: Scope of Services ...................................................... Error! Bookmark not defined.

Part III – Appendices ............................................................................................................ 67 Appendix A — Schedule of Payments & Reporting RequirementsError! Bookmark not defined.

Appendix B — Key Personnel, Utilities and Equipment ....... Error! Bookmark not defined. Appendix C1- Breakdown of Contract Price .......................... Error! Bookmark not defined.

Appendix C2 - Performance Security ...................................................................................... 4

Page 186: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 46

Preface

7. The standard Contract form consists of four parts: the Form of Contract to be signed by the

Client and the Consultant, the General Conditions of Contract (GCC); the Special

Conditions of Contract (SCC); and the Appendices.

8. The General Conditions of Contract shall not be modified. The Special Conditions of

Contract that contain clauses specific to each Contract intend to supplement, but not over-

write or otherwise contradict, the General Conditions.

9. Full requirements, terms and conditions of the agreement will be agreed during

clarification with the technical responsive Bidders. The form and content of the

negotiated contract are expected to conform closely to the draft Contract Agreement as

included in these Bid Documents. Bidders will be expected to address all of the aspects

of the General Conditions of Concession Contract in their submissions

Page 187: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 47

Letter of Acceptance [Letterhead paper of the Procuring Agency]

[date]

To: [name and address of the Bidder]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract

and identification number, as given in the Special Conditions of Contract] for the Contract

Amount of [in numbers and words], as corrected and modified in accordance with the

Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if

the Bidder has not objected the name proposed for Arbitrator. The second option if the

Bidder has objected the proposed Arbitrator and proposed a mane for a substitute, who was

accepted by the Procuring Agency. And the third option if the Bidder has objected the

proposed Arbitrator and proposed a mane for a substitute, who was not accepted by the

Procuring Agency.

We confirm that [insert name proposed by Procuring Agency in the Bid Data],

or

We accept that [name proposed by Bidder] be appointed as the Arbitrator

or

We do not accept that [name proposed by Bidder] be appointed as Arbitrator, and by sending

a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are

hereby requesting [name], the Appointing Authority, to appoint the Arbitrator in accordance

with Clause 36.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision

of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature:

Name and Title of Signatory:

Name of Agency:

Attachment: Contract

Page 188: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 48

Form of Contract [Letterhead paper of the Procuring Agency]

This CONTRACT (hereinafter called the ―Contract‖) is made the [day] day of the month of

[month], [year], between, on the one hand, [name of Procuring Agency and related parties]

(hereinafter called the ―Procuring agency‖) and administrative head of hospitals [name of

Hospital MS and related parties] , on the other hand, [name of Bidder] (hereinafter called

the ―Bidder‖).

[Note: In the text below text in brackets is optional; all notes should be deleted in final text.

If the Bidder consist of more than one entity, the above should be partially amended to read

as follows: ―…(hereinafter called the ―Procuring agency‖) and, on the other hand, a joint

venture consisting of the following entities, each of which will be jointly and severally liable

to the Procuring agency for all the Bidder’s obligations under this Contract, namely, [name of

Bidder] and [name of Bidder] (hereinafter called the ―Bidder‖).]

WHEREAS

(a) the Procuring agency has requested the Bidder to provide certain Services as

defined in the General Conditions of Contract attached to this Contract

(hereinafter called the ―Services‖);

(b) the Bidder, having represented to the Procuring agency that they have the

required professional skills, and personnel and technical resources, have

agreed to provide the Services on the terms and conditions set forth in this

Contract for amount of……………………;

(c) the Procuring agency has received budget from the Government of Punjab. It

intends to apply a portion of the proceeds of this budget to eligible payments,

if any, under the contract.

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents shall be deemed to form and be read and construed as part of

this Agreement, and the priority of the documents shall be as follows:

(a) the Letter of Acceptance;

(b) the Special Conditions of Contract;

(c) the General Conditions of Contract;

(d) the Scope of Services;

(e) Performance Specifications and Drawings;

(f) Annexures; and

(g) the Bidder’s Bid.

2. The mutual rights and obligations of the Procuring agency and the Bidder shall be

as set forth in the Contract, in particular:

Page 189: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 49

(a) the Bidder shall carry out the Services in accordance with the provisions of

the Contract; and

(b) the Procuring agency shall make payments, if any, to the Bidder in accordance

with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

For and on behalf of [name of procuring agency]

[Authorized Representative]

For and on behalf of [name of Bidder]

[Authorized Representative]

[Note: If the Bidder consists of more than one entity, all these entities should appear as

signatories, e.g., in the following manner:]

For and on behalf of each of the Members of the Bidder

[name of member]

[Authorized Representative]

[name of member]

[Authorized Representative]

Page 190: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 50

Part-I

Section V. Bidding Forms

3. Bid Submission Form

Date:

No:

To

The Project Director,

Revamping of DHQ /THQ Hospitals in Punjab

Primary & Secondary Health Department

Government of the Punjab

31-E/1, Gulberg-III, Lahore

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

receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and

deliver [description of goods and services]in conformity with the said bidding documents for the

sum of [total bid amount in words and figures]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 will obtain the guarantee of a bank in a sum equivalent to

5% percent of the Contract Price for the due performance of the Contract, in the form

prescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid

opening under Clause 22 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.

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 agent Amount and Currency Purpose of Commission or

gratuity

Page 191: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 51

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state ―none‖)

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

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 192: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 52

2. Manufacturer’s Authorization Form

[See Clause 13.3 (a) of the Instructions to Bidders.]

To: [name of the Purchaser]

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 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 above goods

manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General

Conditions of Contract for the goods offered for supply by the above firm against this

Invitation for Bids.

[signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the

Manufacturer. It should be included by the Bidder in its bid.

Page 193: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 53

3. Price Schedules

Sr. Item Brand/Model/Origi

n Qty

Unit

Price

(Rs.)

General

Sales Tax

Total

Amount

(Rs.)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

TOTAL AMOUNT (Rs.)

Page 194: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 54

Part-II

Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

Purchaser] (hereinafter called ―the Purchaser‖) of the one part and [name of Supplier] of

(hereinafter called ―the Supplier‖) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief

description of goods and services] and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of [contract price in words and figures] (hereinafter called ―the

Contract Price‖).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Bid Form and 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; and

(f) the Purchaser’s Notification of Award.

3. 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 the Contract

4. The Purchaser 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 the contract at the times and in the

manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Page 195: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 55

Signed, sealed, delivered by the (for the Supplier)

2. Performance Guarantee Form

To:

The Project Director

Project Management Unit (PMU)

Revamping of DHQ /THQ Hospitals in Punjab

31-E/1, Gulberg-III, Lahore

WHEREAS [name of Supplier](hereinafter called ―the Supplier‖) has undertaken, in pursuance

of Contract No. [reference number of the contract] dated ____________ 20_____ to supply

[description of goods and services] (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 reputable bank for the sum specified there in as

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 guar-

antee]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 __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 196: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 56

4. BID SECURITY FORM (Bank Guarantee) Security Executed on __________________________________________________ (Date)

Name of Surety (Bank) with Address: ________________________________________

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address _______________________________________

___________________________________________________________________________

___

Penal Sum of Security Rupees. _____________________(Rs. _____________________)

Bid Reference No. _______________________________________________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bid and at

the request of the said Principal (Bidder) we, the Surety above named, are held and firmly

bound unto ______________________________________________________ (hereinafter

called the 'Employer') in the sum stated above for the payment of which sum well and truly to

be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and

severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has

submitted the accompanying Bid dated ______ for Bid No. _______ for_______(Particulars

of Bid) to the said Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the

Bidder furnishes a Bid Security in the above said sum from a Scheduled Bank in Pakistan or

from a foreign bank duly counter-guaranteed by a Scheduled Bank in Pakistan, to the

Employer, conditioned as under:

7. that the Bid Security shall remain in force up to and including the date---------- days

after the deadline for validity of bids as stated in the Instructions to Bidders or as it

may be extended by the Employer, notice of which extension(s) to the Surety is

hereby waived;

8. that the Bid Security of unsuccessful Bidders will be returned by the Employer after

expiry of its validity or upon signing of the Contract Agreement; and

9. That in the event of failure of the successful Bidder to execute the proposed Contract

Agreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on

the prescribed form presented to him for signature enter into a formal Contract with the said

Employer in accordance with his Bid as accepted and furnish within--------- days of his being

requested to do so, a Performance Security with good and sufficient surety, as may be

required, upon the form prescribed by the said Employer for the faithful performance and

proper fulfillment of the said Contract or in the event of non-withdrawal of the said Bid

within the time specified for its validity then this obligation shall be void and of no effect, but

otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the said

sum upon first written demand of the Employer (without cavil or argument) and without

requiring the Employer to prove or to show grounds or reasons for such demand, notice of

Page 197: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 57

which shall be sent by the Employer by registered post duly addressed to the Surety at its

address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding

whether the Principal (Bidder) has duly performed his obligations to sign the Contract

Agreement and to furnish the requisite Performance Security within the time stated above, or

has defaulted in fulfilling said requirements and the Surety shall pay without objection the

said sum upon demand from the Employer forthwith and without any reference to the

Principal (Bidder) or any other person.

IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under its

seal on the date indicated above, the name and seal of the Surety being hereto affixed and

these presents duly signed by its undersigned representative pursuant to authority of its

governing body.

SURETY (Bank)

WITNESS: Signature_________________________

5. ________________________________ Name____________________________

________________________________ Title_____________________________

Corporate Secretary (Seal) Corporate Guarantor (Seal)

6. ________________________________

________________________________

Name, Title & Address

Page 198: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 58

Section A: General Conditions of Contract (GCC)

1. General Provisions

1.1 Definitions Unless the context otherwise requires, the following terms whenever

used in this Contract have the following meanings:

ii) The Arbitrator is the person appointed jointly by the Procuring

agency and the Bidder to resolve disputes in the first instance, as

provided for in Sub-Clause 8.2 hereunder.

jj) ―Contract‖ means the Contract signed by the Parties, to which

these General Conditions of Contract (GCC) are attached,

together with all the documents listed in Clause 1 of such signed

Contract;

kk) ―Contract Price‖ means the price to be paid for the performance

of the Services, in accordance with Clause 6;

ll) ―Day works‖ means varied work inputs subject to payment on a

time basis for the Bidder’s employees and equipment, in

addition to payments for associated materials and

administration.

mm) ―Procuring agency‖ means the party who employs the Bidder

nn) ―Foreign Currency‖ means any currency other than the currency

of the country of the Procuring agency;

oo) ―GCC‖ means these General Conditions of Contract;

pp) ―Government‖ means the Government of the Punjab;

qq) ―Local Currency‖ means Pak Rupee (PKR);

rr) ―Member,‖ in case the Bidder consist of a joint venture of more

than one entity, means any of these entities; ―Members‖ means

all these entities, and ―Member in Charge‖ means the entity

specified in the Special Conditions to act on their behalf in

exercising all the Bidder’ rights and obligations towards the

Procuring agency under this Contract;

ss) ―Party‖ means the Procuring agency or the Bidder, as the case

may be, and ―Parties‖ means both of them;

tt) ―Personnel‖ means persons hired by the Bidder or by any

SubSupplieras employees and assigned to the performance of

Page 199: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 59

the Services or any part thereof;

uu) ―Bidder‖ is a person or corporate body whose Bid to provide the

Services has been accepted by the Procuring agency;

vv) ―Bidder’s Bid‖ means the completed Bid document submitted

by the Bidder to the Procuring agency

ww) ―SCC‖ means the Special Conditions of Contract by which

the GCC may be amended or supplemented;

xx) ―Specifications‖ means the specifications of the service included

in the Bid document submitted by the Bidder to the Procuring

agency

yy) ―Services‖ means the work to be performed by the Bidder

pursuant to this Contract, as described in Section C – Scope of

services, Bid document and attached Annexure ―Subservice

provider‖ means any entity to which the Bidder subcontracts

any part of the Services in accordance with the provisions of

Sub-Clauses 3.5 and 4.

1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of

Islamic Republic of Pakistan.

1.3 Language This Contract has been executed in the language specified in the

SCC, which shall be the binding and controlling language for all

matters relating to the meaning or interpretation of this Contract.

1.4 Notices Any notice, request, or consent made pursuant to this Contract shall

be in writing and shall be deemed to have been made when delivered

in person to an authorized representative of the Party to whom the

communication is addressed, or when sent by registered mail, telex,

telegram, or facsimile to such Party at the address specified in the

SCC.

1.5 Location The Services shall be performed at such locations as are specified in

Section C – Scope of services and/or Appendix D, in the

specifications and, where the location of a particular task is not so

specified, at such locations, whether in the Government’s country or

elsewhere, as the Procuring agency may approve.

1.6 Authorized

Representatives

Any action required or permitted to be taken, and any document

required or permitted to be executed, under this Contract by the

Procuring agency or the Bidder may be taken or executed by the

officials specified in the SCC.

1.7 Inspection and

Audit by the

The Bidder shall permit the Procuring Agency to inspect its accounts

and records relating to the performance of the Services and to have

Page 200: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 60

Procuring

Agency

them audited by auditors appointed by the Procuring Agency, if so

required.

1.8 Taxes and

Duties

The Bidder, Subservice providers, and their Personnel shall pay such

taxes, duties, fees, and other impositions as may be levied under the

Applicable Law

2. Commencement, Completion, Modification, and Termination of

Contract

2.1 Effectiveness of

Contract

This Contract shall come into effect on the date the Contract is

signed by both parties or such other later date as may be stated in

the SCC.

2.2 Commencement

of Services

2.2.1 Work

Program

Before commencement of the Services, the Bidder shall submit to

the Procuring agency for approval a Work Program showing the

general methods, arrangements, order and timing for all activities.

The Services shall be carried out in accordance with the approved

Work Program as updated.

2.2.2 Starting

Date

The Bidder shall start carrying out the Services seven (07) days

after the date the Contract becomes effective, or at such other date

as may be specified in the SCC.

2.3 Intended

Completion Date

Unless terminated earlier pursuant to Sub-Clause 2.6, the Bidder

shall complete the activities by the Intended Completion Date, as is

specified in the SCC.

2.4 Modification Modification of the terms and conditions of this Contract, including

any modification of the scope of the Services or of the Contract

Price, may only be made by written agreement between the Parties.

2.5 Force Majeure

2.5.1 Definition For the purposes of this Contract, ―Force Majeure‖ means an event

which is beyond the reasonable control of a Party and which makes

a Party’s performance of its obligations under the Contract

impossible or so impractical as to be considered impossible under

the circumstances.

2.5.2 No Breach

of Contract

The failure of a Party to fulfill any of its obligations under the

contract shall not be considered to be a breach of, or default under,

this Contract insofar as such inability arises from an event of Force

Majeure, provided that the Party affected by such an event (a) has

taken all reasonable precautions, due care and reasonable alternative

Page 201: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 61

measures in order to carry out the terms and conditions of this

Contract, and (b) has informed the other Party as soon as possible

about the occurrence of such an event.

2.5.3 Extension

of Time

Any period within which a Party shall, pursuant to this Contract,

complete any action or task, shall be extended for a period equal to

the time during which such Party was unable to perform such action

as a result of Force Majeure.

2.6 Termination

2.6.1 By the

Procuring

agency

The Procuring agency may terminate this Contract, by not less than

thirty (30) days’ written notice of termination to the Bidder, to be

given after the occurrence of any of the events specified in

paragraphs (a) through (d) of this Sub-Clause 2.6.1:

(a) if the Bidder does not remedy a failure in the performance of

its obligations under the Contract, within twenty-one (21)

days after being notified or within any further period as the

Procuring agency may have subsequently approved in writing;

(b) if the Bidder become insolvent or bankrupt;

(c) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less forty-five (45) days;

(d) if the Bidder, 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 sub-clause,

the terms set forth constitute corrupt or fraudulent activity:

xi. ―corrupt practice‖ means the offering, giving, receiving, or

soliciting of anything of value to influence the action of a

public official, Bidder or Bidder in the procurement

process or in contract execution to the detriment of the

procuring agency; or misrepresentation of facts in order to

influence a procurement process or the execution of a

contract;

xii. ―fraudulent practice‖ is any act or omission, including

misrepresentation, that knowingly or recklessly misleads,

or attempts to mislead, a party to obtain financial or other

benefit or to avoid an obligation;

xiii. ―collusive practices‖ is an arrangement among Bidders

(prior to or after Bid submission) designed to establish Bid

prices at artificial, non-competitive levels for any

wrongful gain, and to deprive the procuring agency of the

Page 202: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 62

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;

xiv. ―coercive practices‖ is impairing or harming, or

threatening to impair or harm, directly or indirectly, any

person or the property of the person (participant in the

selection process or contract execution) to influence

improperly the actions of that person;

xv. ―obstructive practice‖ is deliberately destroying,

falsifying, altering or concealing of evidence material to

the investigation or making false statements before

investigators in order to materially impede an

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; or threatening, harassing or

intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation, or acts intended to materially

impede the exercise of the Client’s inspection and audit

rights.

2.6.2 By the

Bidder

The Bidder may terminate this Contract, by not less than thirty (30)

days’ written notice to the Procuring agency, such notice to be

given after the occurrence of any of the events specified in

paragraphs (a) and (b) of this Sub-Clause 2.6.2:

(a) if the Procuring agency fails to pay any monies due to the

Bidder within agreed timeline pursuant to this Contract, and

not subject to dispute pursuant to Clause 7, the Bidder shall

issue first notice that such payment is overdue. After forty-

five (45) days of giving written first-notice, if the procuring

agency still fails to pay, Bidder shall issue second written

notice. After fifteen days(15) of no response on second notice,

Bidder may give thirty (30) days termination notice; or

(b) if, as the result of Force Majeure, the Bidder is unable to

perform a material portion of the Services for a period of not

less than sixty (60) days.

2.6.3 Suspension

of Payment

If the Bidder has not received sums due to by the due date stated in

the SCC in accordance with Clause 6 the Bidder may issue a notice

as per sub-clause 2.6.2.

3. Obligations of the Bidder

3.1 General The Bidder shall perform the Services in accordance with the

Page 203: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 63

Specifications and Scope, and carry out its obligations with all due

diligence, efficiency, and economy, in accordance with generally

accepted professional techniques and practices, and shall observe

sound management practices, and employ appropriate advanced

technology and safe methods. The Bidder shall always act, in

respect of any matter relating to this Contract or to the Services, as

faithful adviser to the Procuring agency, and shall at all times

support and safeguard the Procuring agency’s legitimate interests in

any dealings with Sub Supplier or third parties.

3.2 Conflict of

Interests

3.2.1 Bidder Not

to Benefit

from

Commissio

ns and

Discounts.

The remuneration of the Bidder pursuant to Clause 6 shall

constitute the Bidder’s sole remuneration in connection with this

Contract or the Services, and the Bidder shall not accept for their

own benefit any trade commission, discount, or similar payment in

connection with activities pursuant to this Contract or to the

Services or in the discharge of their obligations under the Contract,

and the Bidder shall use their best efforts to ensure that the

Personnel, any Subservice provider, and agents of either of them

similarly shall not receive any such additional remuneration.

3.2.2 Bidder and

Affiliates

Not to be

Otherwise

Interested

in Project

The Bidder agree that, during the term of this Contract and after its

termination, the Bidder and its affiliates, as well as any Sub

Supplier and any of its affiliates, shall be disqualified from

providing goods, works, or Services (other than the Services and

any continuation thereof) for any project resulting from or closely

related to the Services.

3.2.3 Prohibition

of

Conflicting

Activities

Neither the Bidder nor its Subservice providers nor the Personnel

shall engage, either directly or indirectly, in any of the following

activities:

(a) during the term of this Contract, any business or professional

activities which would conflict with the activities assigned to

them under this Contract;

(b) during the term of this Contract, neither the Bidder nor their

Subservice providers shall hire such public employees, in

active duty or on any type of leave, which would conflict with

the activities assigned to Bidder to perform any activity under

this Contract;

(c) after the termination of this Contract, such other activities as

may be specified in the SCC.

3.3 Confidentiality The Bidder, its Subservice providers, and the Personnel of either of

them shall not, either during the term or within two (2) years after

Page 204: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 64

the expiration of this Contract, disclose any proprietary or

confidential information relating to the Project, the Services, this

Contract, or the Procuring agency’s business or operations without

the prior written consent of the Procuring agency.

3.4 Insurance to be

Taken Out by

the Bidder

The Bidder (a) shall take out and maintain, and shall cause any

Subservice providers to take out and maintain, at its (or the

Subservice providers’, as the case may be) own cost but on terms

and conditions approved by the Procuring agency, insurance

against the risks, and for the coverage, as shall be specified in the

SCC; and (b) at the Procuring agency’s request, shall provide

evidence to the Procuring agency showing that such insurance has

been taken out and maintained and that the current premiums have

been paid.

3.5 Bidder’s

Actions

Requiring

Procuring

agency’s Prior

Approval

The Bidder shall obtain the Procuring agency’s prior approval in

writing before taking any of the following actions:

(a) entering into a subcontract for the performance of any part of

the contract,

(b) appointing such members of the Personnel not listed by name

in Scope (―Key Personnel‖),

(c) changing the Program of activities; and

(d) any other action that may be specified in the SCC.

3.6 Reporting

Obligations

The Bidder shall submit to the Procuring agency the reports and

documents specified in Scope in the form, in the numbers, and

within the periods set forth in the said scope.

3.7 Documents

Prepared by the

Bidder to Be the

Property of the

Procuring

agency

All plans, drawings, specifications, designs, reports, and other

documents and software submitted by the Bidder in accordance

with Sub-Clause 3.6 shall become and remain the property of the

Procuring agency, and the Bidder shall, not later than upon

termination or expiration of this Contract, deliver all such

documents and software to the Procuring agency, together with a

detailed inventory thereof. The Bidder may retain a copy of such

documents and software. Restrictions about the future use of these

documents, if any, shall be specified in the SCC.

3.10 Liquidated

Damages

3.8.1 Payments of

Liquidated

Damages

The Bidder shall pay liquidated damages to the Procuring agency at

the rate per day stated in the SCC for each day that the

Completion Date is later than the Intended Completion Date. The

total amount of liquidated damages shall not exceed the amount

Page 205: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 65

defined in the SCC. The Procuring agency may deduct liquidated

damages from payments due to the Bidder. Payment of liquidated

damages shall not affect the Bidder’s liabilities.

3.8.2 Correction

for Over-

payment

If the Intended Completion Date is extended after liquidated

damages have been paid, the Procuring agency shall correct any

overpayment of liquidated damages by the Bidder by adjusting the

next payment certificate. The Bidder shall be paid interest on that

sum, calculated from the date of payment to the date of repayment,

at the rates specified in Clause 6.

3.8.3 Lack of performance

penalty

If the Bidder has not corrected a Defect within the time specified in

the Procuring agency’s notice, a penalty for Lack of performance

will be paid by the Bidder. The amount to be paid will be calculated

as a percentage of the cost of having the Defect corrected, assessed

as described in Sub-Clause 7.2 and specified in the SCC.

3.9 Performance

Security

The Bidder shall provide the Performance Security to the Procuring

agency no later than the date specified in the Letter of acceptance.

The Performance Security shall be issued in an amount and form

and by a bank or surety acceptable to the Procuring agency, and

denominated in the types and proportions of the currencies in which

the Contract Price is payable. The performance Security shall be

5% shall be valid for a period of 12 Months (3% of the

Performance Guarantee will be discharged after successful

installation of the machinery and remaining 2% will remain with

Procuring Agency until the completion of warranty period.

4. Bidder’s Personnel

4.1 Description of

Personnel

The titles, agreed job descriptions, minimum qualifications, and

estimated periods of engagement in the carrying out of the work of

the Bidder’s Key Personnel are described in Scope of work.

4.2 Removal and/or

Replacement of

Personnel

(a) If the Procuring agency finds that any of the Personnel have (i)

committed serious misconduct or have been charged with

having committed a criminal action, or (ii) have reasonable

cause to be dissatisfied with the performance of any of the

Personnel, then the Bidder shall, at the Procuring agency’s

written request specifying the grounds thereof, provide as a

replacement a person with qualifications and experience

acceptable to the Procuring agency.

(b) The Bidder shall have no claim for additional costs arising out

of or incidental to any removal and/or replacement of

Personnel.

Page 206: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 66

5. Obligations of the Procuring Agency

5.1 Assistance and

Exemptions

The Procuring agency shall use its best efforts to ensure that the

Government shall provide the Bidder such assistance and exemptions

as specified in the SCC.

5.2 Change in the

Applicable

Law

If, after the date of this Contract, there is any change in the Applicable

Law with respect to taxes and duties which increases or decreases the

cost of the Services rendered by the Bidder, then the remuneration and

reimbursable expenses otherwise payable to the Bidder under this

Contract shall be increased or decreased accordingly by agreement

between the Parties, and corresponding adjustments shall be made to

the amounts referred to in Sub-Clauses 6.2 (a) or (b), as the case may

be.

5.3 Services and

Facilities

The Procuring agency shall make available to the Bidder the Services

and Facilities listed under Section – C, Scope of Work. Provision of

site free from all encumbrances for construction activity shall be the

responsibility of the Procuring Agency, failure to provide a clear-site

is a compensation event

6. Payments to the Bidder

6.1 Lump-Sum

Remuneration

The Bidder’s remuneration shall not exceed the Contract Price and

shall be a fixed lump-sum including all Subservice providers’ costs,

and all other costs incurred by the Bidder in carrying out the Services

described in Section C and Scope of Work of Bid document. Except

as provided in Sub-Clause 5.2, the Contract Price may only be

increased above the amounts stated in Sub-Clause 6.2 if the Parties

have agreed to additional payments in accordance with Sub-Clauses

2.4 and 6.3.

6.2 Contract Price (a) The price payable in Pak Rupees (PKR) is set forth in SCC.

(b) The price payable in foreign currency is set forth in the SCC.

6.3 Payment for

Additional

Services

6.3.3 For the purpose of determining the price for additional Services

as may be agreed under Sub-Clause 2.4, a breakdown of the

price is to be provided in Appendix C.

7. Quality Control

7.1 Identifying

Defects

The principle and modalities of Inspection of the equipment by the

Procuring agency shall be as indicated in the SCC and Scope of

Work. The Procuring agency shall check the Bidder’s performance

and notify him of any Defects that are found. Such checking shall

not affect the Bidder’s responsibilities. The Procuring agency may

Page 207: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section A- General Conditions of Contract (GCC) 67

instruct the Bidder to search for a Defect and to uncover and test any

service that the Procuring agency considers may have a Defect. The

building defects liability period is 4 months, starting from date

mentioned on ―Completion Certificate‖.

7.4 Correction of

Deficiencies,

and Non-

Performance

Penalty

(a) The Procuring agency shall give notice to the Bidder of any

Defects before the end of the Contract. The Defects liability

period shall be extended for as long as Deficiencies remain to

be corrected.

(b) Every time notice of Deficiency is given, the Bidder shall

correct the notified Deficiency within the length of time

specified by the Procuring agency’s notice.

(c) If the Bidder has not corrected a Deficiency within the time

specified in the Procuring agency’s notice, the Procuring

agency will assess the cost of having the Deficiency corrected,

the Bidder will pay this amount, and a Penalty for Non-

Performance.

8. Settlement of Disputes

8.1 Amicable

Settlement

The Parties shall use their best efforts to settle amicably all disputes

arising out of or in connection with this Contract or its interpretation.

8.2 Dispute

Settlement

8.2.1 If any dispute arises between the Procuring agency and the

Bidder in connection with, or arising out of, the Contract or the

provision of the equipment, whether during carrying out the

Services or after their completion, the matter shall be referred to

the Arbitrator within 14 days of the notification of disagreement

of one party to the other.

8.2.2 The Arbitrator shall give a decision in writing within 28 days of

receipt of a notification of a dispute.

8.2.3 Should the Arbitrator resign or die, or should the Procuring

agency and the Bidder agree that the Arbitrator is not functioning

in accordance with the provisions of the Contract, a new

Arbitrator will be jointly appointed by the Procuring agency and

the Bidder

Page 208: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 68

Section B. Special Conditions of Contract

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

1.1(a) The Arbitrator is:

To be mutually decided by procuring agency and Bidder

1.1(b) The contract name is:

Supply and Installation of Laundry System in selected DHQ/THQ

Hospitals of Punjab

Country of Origin: UK, USA, Europe, Japan

1.1(e) The Procuring agency is :

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

1.1(p) The Bidder is ____________________

1.2 The Applicable Law is:

Laws of Islamic Republic of Pakistan

1.3 The language is:

English

1.4 The addresses are:

Procuring agency:

Project Management Unit, Primary and Secondary Healthcare

Department, Government of Punjab

31-E/1, Shahra-e-Imam Hussain, Gulberg III, Lahore

Attention: Project Director, PMU

Tel: _______________

Email: procurement,[email protected]

Bidder:

Attention:

Tel:

Email:

1.6 The Authorized Representatives are:

Page 209: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Section B- Special Conditions of Contract (SCC) 69

Number of

GC Clause

Supplements to, Clauses in the General Conditions of Contract

For the Procuring agency:

Project Director, PMU

For the Bidder:

2.1 The contract shall come into force upon the award of contract

2.2.2 The delivery period for the equipment shall be 6-8 weeks after the award of

contract and the Installation of the Laundry System shall complete within

Thirty (30) days after the delivery of the equipment.

3.8.1 As listed in Scope of Work clause 4.8.9

6, 6.2(a) The bid price quoted on DDP basis shall be in Pak Rupees and the prices

quoted on C&F basis prices shall be in foreign currencies and fixed.

The Contract Price Shall be the bid price submitted by qualified responsive

lowest evaluated bidder to whom contract is awarded.

The bid price shall be inclusive of all delivery, transportation, installation

charges, duties, taxes, levies etc. however, the breakup of the cost shall be

provided on the financial forms given in this bid document. The operational

cost of the machinery for feeder hospital and the Satellite hospital shall be

separately provided in the bid price.

The Bid shall be evaluated on the basis of aggregate of all the prices,

however, the procuring agency may issue work order for one or more

hospitals separately.

7.1 The Payments against the capital cost shall be made within _30_ (thirty) __

days of the successful installation, commissioning & testing of machinery.

Page 210: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part II: Conditions of Contract and Forms 70

Page 211: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Part III: Appendices 71

Part III – Appendices

Appendix A —Equipment

Page 212: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals
Page 213: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

23 | P a g e

SUPPLY ITEMS / SCOPE OF WORK – SPECIFICATIONS

(TECHNICAL) Supply, Installation, Testing, Commissioning and

Maintenance (during maintenance period) of The Complete Laundry

System

Sr.no Equipment Name Specifications

1 Hygiene/ Barrier The Washer Extractor shall be electric heating free standing type, fully

Washer (Imported) automatic with front/back loading/unloading. Fully programmable,

(200kg Linen) microprocessor control. Stainless steel in all vital parts

for high degree

of rust protection, Stainless steel front panels and powder painted side

panels, Multi liquid supply connections/ powder compartment. Technical specifications:

• Capacity/Load: As per design 30-40 kg or 50-60 kg (approx. 200 kg

must be available)

• Extraction : 700-800 rpm (Approx) • g Factor : not less than 300

• Pneumatic drain valve

• Cycle Time: Max. 45 min.

• Frequency controlled motor drive system

2. Drying Tumbler (Imported)

Drying Tumbler with electric heating, fully automatic Microprocessor

(100kg Lenin) control having stainless steel drum and 2 full loads per hour. Error codes

for easy trouble shooting. Service program for adjustment of parameters,

temperature and cool down time. The tumbler to be factory painted with

enameled paint and shall have the following specifications:

• Capacity of drying tumbler: 30-40 kg or 50-60 kg (approx. 100 kg must

be available)

• Cycle Time: 30 min. including loading & unloading

3. Flat work Ironer Imported (01)

Flat Work Dryer Ironer shall be electric heated, cylindrical type having

single roller/cylinder. Automatic speed adjustment. Finger guard

protection, Nickel-plated cylinder, Front loading and Front return and

shall have following minimum specifications:

• Speed: 1-8 m/ min (variable speed) • Drive: Electrical Motor

• Feeding: Through Belts

Page 214: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

• Cylinder Dia: 400 - 450 mm Approximately

• Working Width: 2,000 – 2,500 mm

Approximately

• The Dryer Ironer to be a compact free standing self-contained unit.

4. Utility Press Imported (01)

Air operated laundry press adjustable squeezing pressure between head

and buck.

Technical specifications:

• Electric heating

• Integrated/ separate air compressor

• Fitted with timer and two hand push buttons • Water spray gun, condenser and support

5. Hand Ironer with Electric heated iron with cut off, iron rest. Table (01)

6. Sewing Machine (01) Motorized, Heavy duty with sewing machine table

7. Packing/Sorting Table The main structure is completely built with tubular profiles in Stainless

(01) Steel, With 4 plastic feet in the corners.

(Local/Imported) Dimensions: Length: 1400 mm, Width: 800 mm, Height: 900 mm

8. Dirty Linen Collection Trolley with four Polyester bags

Trolley (02) Set of two colour coded bags holder trolley

(Local/Imported) Bag holder with ring to hold every type of bag. Construction fully welded SS

Solid frame with reinforced base.

Stainless steel tube frame

Lowe base of SS

Dimension of bag holder 38 x 26 cm approx. Four Wheel 150 mm

9. Clean Linen Clean Linen Trolley with four levels/ Shelves

Distribution Trolley Interior Shelves with 30-35 cm distance

(02) Construction fully welded SS (Local/Imported) Stainless Steel tube frame or Aluminum

Two swing doors lockable

Castors 150 mm

Wheel bumpers

Push Bar

Lateral bag holder with polyester bag of 70 Liters minimum

10. Storage Racks (02) Stainless steel Storage Rack with five Shelves

(Local/Imported) Interior Shelves with min 30-35 cm distance Shelves should be removable and adjustable

Construction fully welded

Page 215: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Steel tube frame with epoxy finish

Two swing doors lockable

Castors 150 mm Wheel bumpers

Push Bar

11. Dirty Linen Storage Stainless steel / fiber glass Storage Bin to be placed in the collection area/

Bin (30) wards/ Theatres etc with dissolvable material bag.

(Local/Imported) Capacity 15-20kg dry linen

12. Clean Linen Storage Stainless steel with front glass for storage of Clean linen.

Cupboard (30) Four Shelves with min 30-35 cm distance

(Local/Imported) Two swing doors lockable

13. Weighing Scale (01) For weighing linen before feeding into machines

Floor mounted

200kg capacity with platform

14. Electric Power 200kKVA Electric Power Generator with Canopy and ATS Panel

Generator (as per approved specs)

Page 216: Supply &Installation of Laundry System in selected DHQ/THQ ...eproc.punjab.gov.pk/BiddingDocuments/80198_Bidding... · Supply &Installation of Laundry System in selected DHQ/THQ Hospitals

Appendix C2 - Performance Security

(Performance Security to be furnished by the Bidder in the amount specified in Data sheet

/SCC in the form of Demand Draft. Pay order, CDR, or Bank Guarantee.