tehsil head quarter hospital kallar syedan, …

74
1 BIDDING DOCUMENT TEHSIL HEAD QUARTER HOSPITAL KALLAR SYEDAN, DISTT.RAWALPINDI PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT, PUNJAB . FRAMEWORK CONTRACT FOR LOCALPURCHASE OF GENERALSTORE ITEMS FOR THE FINANCIAL YEAR 2020-2021.

Upload: others

Post on 04-Dec-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

1

BIDDING DOCUMENT

TEHSIL HEAD QUARTER HOSPITAL KALLAR

SYEDAN, DISTT.RAWALPINDI

PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT,

PUNJAB

.

FRAMEWORK CONTRACT

FOR LOCALPURCHASE OF GENERALSTORE ITEMS FOR THE

FINANCIAL YEAR 2020-2021.

2

TENDER NOTICE

The THQ Hospital Kallar Syedan, District Rawalpindi invites sealed bids from eligible bidders,

Manufacturers, authorized Sales & Service Dealers, Distributors, for the supply of below mentioned items

for the Financial Year 2020-2021.

Sr. # NAME OF TENDER BID SECURITY

(2% of Estimated Cost )

LAST DATE &

TIME OF

SALE OF

TENDER

LAST DATE

& TIME OF

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF

TENDER

01 Framework Contract of

General Store Items

2% of Estimated Cost (Rs. 0.8 million)

17-02-2021

at 01:00PM

18-02-2021

at 10:00AM

18-02-2021

at 10:30AM

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

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

up to 2020), and is open to all eligible bidders as defined in the bidding document.

Interested eligible bidders may obtain bidding documents and further information from

the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written

application along with payment of non-refundable fee of PKR/- 1000/- (One thousand

only). Bidding documents can be obtained from office of Procurement Officer, THQ

Hospital Kallar Syedan at the mentioned time and date.

Biding documents are also available on Punjab Procurement Regulatory Authority

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

Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand

Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the

below mentioned office within the closing date.

Bids will be opened in the presence of bidders’ representatives who choose to attend at

mentioned time on the same date in the Office of The Medical Superintendent THQ

Hospital Kallar Syedan on the closing date.

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

expected.

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

registration certificate must be provided.

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

MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN Government of Punjab Tel: 051-3201101

3

Check List The provision of this checklist is essential prerequisite along with submission of

tenders.

SR. DETAIL YES / NO

KNOCKOUT CLAUSES

01 Original receipt for purchase of tender.

02 Valid National ID Card (NADRA)

03

Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank

draft/CDR(copy must be in Technical Offer and Original must be in Financial Offer)

GENERAL CLAUSES SR. DETAIL Marks 01 Samples submission with Technical Dossier / Document /brochure 10

02 Acceptance of terms and conditions of tender documents duly signed and stamped on letter head.

10

03 An affidavit on stamp paper of Rs.100/- submitting that the firm /

bidder are never blacklisted on any Ground whatsoever from Government / Autonomous institutions.

10

04 Minimum one year experience regarding supply of General store

Items to Government / Autonomous institutions 10

05 Discount/Price should not be mentioned on technical bid. 10

06 Bank statement / Balance sheet of last one year 10

07 Valid National Tax Number, Income tax & General Sales Tax 10

08 Good practice certificate from any Government / Autonomous

institutions 10

09 Attested copy of CNIC of the Owner/ Directors/Partners 10

10 Company / Suppliers profile including detail of managerial staff

(Name, address, Tel. No.) 10

Total 100

Note: Passing marks for tender are 70

4

Procedure

Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent THQ Hospital Kallar Syedan. The bids

received till the stipulated date & time shall be opened on the same day in the presence of the

bidders or their authorized representatives (who choose to attend) by the purchase committee.

Bid Security of the 2% of the total estimated price (as determined by the procuring agency) in

the shape of call Deposit from any scheduled bank is required to be furnished with the Financial

Bid & Photo copy of same should be attached with technical proposal otherwise bid will be

rejected. Bids shall not be entertained after the mentioned date and time.

1. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be

marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible

letters. Financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

2. Procurements shall be governed under the Punjab Procurement Rules, 2014(Amended till to

date)

3. The bidding documents duly signed by the Medical Superintendent THQ Hospital Kallar

Syedan will be accepted.

4. All bids should be submitted in proper tape binding. All documents should contain proper

page marking, attached in sequence as indicated for evaluation in the bidding documents along

with signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

5. In case the date of opening or last date of sale is declared as a public holiday by the

government or non-working day due to any reason, the next official working day shall be

deemed to be the date of sale and submission and opening of tenders accordingly. The time and

venue shall remain the same.

6. The bidders are requested to give their lowest and best prices with their bids.

7. Attested copy of registration of income tax, sale tax, Copy of CNIC, copy of professional tax,

and original receipt of purchase tender to be attached with the technical bids.

8. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid

or proposal. The procuring agency shall upon request, may communicate to any bidder, the

grounds for its rejection of all bids of proposal, but shall not be required to justify those

grounds.

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

certificate must be provided.

5

INSTRUCTION TO BIDDERS

1. Source of Funds 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 This invitation for bids is open to all supplies, except as provided hereinafter.

Bidders should not be associated, or even have been associated 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 good store purchased under this invitation for bids.

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.

Bidders shall not be under a declaration of blacklisting by any Government department

or Punjab Procuring Regulatory Authority (PPRA). For which an undertaking will be

submitted along with bid by the bidders.

3. Eligible Goods &

Services

All goods and related services to be supplied under the contract shall have their

original 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.

For purpose 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.

The origin of goods and services is distinct from nationality of the bidders.

4. Cost of Bidding 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.

6

BIDDING DOCUMENTS

5. Content of

Bidding

Documents

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) Instruction 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 Schedule

h) General Conditions of Contract (GCC)

i) Special Conditions of Contract(SCC)

The bidder 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

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

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

whether at its initiative or in response to a clarification requested by a prospective

bidder, may modify the bidding documents by amendment.

All prospective bidders that have received the bidding documents will be notified of

the amendment in writing or by email, and will be bidding on them.

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.

7

PREPARATION OF BIDS

8. Language of Bid The bid prepared by the Bidder, as well as all correspondence and documents relating

to the bid exchanged by the Bidder and the 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

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;

b) Bid security furnished in accordance with ITB clause 15.

10. Bid Form The bidder shall complete the bid form and 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 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.

Prices indicated on the Price Schedule shall be Delivered Duty Paid (DDP) prices.

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.

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 and adjustable price quotation will be treated as

non-responsive and will be rejected, pursuant to ITB clause 24.

12. Bid Currencies Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data Sheet.

13.Documents

Establishing

Bidder’s

Eligibility and

Qualification

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.

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 clause2.

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 goods in Pakistan;

b) That the bidder has the financial, technical and production capability

necessary to perform the contract;

c) That, in the case of 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

8

and spare parts-stocking obligations prescribed in the conditions of

contract and/or Technical specifications; and That the bidder meets the

qualification criteria listed in the Bid Data Sheet.

14. Documents

Establishing Good

Eligibility and

Conformity to

Bidding

Documents

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.

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.

The documentary evidence of conformity of the goods and services to bidding

documents may be in the form of literature, drawing 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.

For purposes of the commentary to be furnished pursuant to ITB clause (c) above, the

bidder shall note that standards for workmanship, material and equipment, as well as

references to 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 clause15.7.

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 Banker’s cheque

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 non-responsive, pursuant to ITB clause24.

15.5 Unsuccessful bidder 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 clause16.

15.6 The successful bidder’ bid security will be discharged upon the bidder signing the

contract, pursuant to ITB clauses 32 and furnishing the performance security, pursuant

to ITB clause33.

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:

To sign the contract in accordance with ITB clause32;

Or

To furnish performance security in accordance with ITB clause33

16. Period of Validity

of Bids

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 non-responsive.

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

9

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 clause16.3.

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 & Signing

of Bid

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.

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 un amend printed literature, shall

be initiated by the person or persons signing the bid.

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

the person or persons singing the bid.

The bidder shall furnish information as described in the form of bid on commissions or

gratuities, If they paid or to be paid to agents relating to this bid, and to contract

execution if the bidder is awarded the contract.

10

SUBMISSION OF BIDS

18. Sealing &

Marking of

Bid

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 outer envelopes.

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 Bid (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.

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”.

If the outer envelope is not sealed and marked as required by ITB clause18.2, the purchaser will assume no responsibility for the bid’s misplacement or premature

opening.

19. Deadline for

Submission of Bids

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.

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

& Withdrawal of

Bids

The bidder may modify or withdraw its bid after the bid’s submission, provided that

written notice of the modification, including substantiation or withdrawal of the bids is

received by the purchaser prior to the deadline prescribed for submission of bids.

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.

No bid may be modified after the deadline for submission of bids.

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

and the expiration of the period of bid validity specified 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.

11

OPENING AND EVALUATION OF BIDS

22.Opening of Bids By

The Purchaser

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

bidder representatives who are present shall sign an attendance sheet evidencing their

presence.

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.

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. Withdrawal bids will be returned unopened to the bidders.

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

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.

Arithmetical errors will rectify on the following basis. If there is 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 is words will prevail.

The purchaser may waive any minor informally. 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.

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 reservation 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.

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

In the absence of Prequalification, the purchaser will determine to its satisfaction

whether the bidder is qualified to perform the contract satisfactory, in accordance with

the criteria listed in ITB clause13.3.

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 the purchaser deems necessary and appropriate.

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

12

Specifications required.

The purchaser’s Financial Evaluation of a bid will be on delivered duty paid (DDP)

price inclusive of prevailing taxes and duties.

26. Contacting The

Purchaser

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.

Any effect by a bidder to influence the purchaser during bid evaluation, or bid

comparison may result in the rejection of the bidder’s bid.

AWARD OF CONTRACT 27. Award Criteria 27.1 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.

28. Purchaser’s Right to

Vary Quantities at Time of

Award

28.1 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.

29. Purchaser’s Right

to Accept or Reject All Bids

29.1 The purchaser reserves the right to accept or reject all bids, and to annual

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.

30. Notification of

Award

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.

The notification of award will constitute the information of the contract.

Upon the successful bidder’s furnishing of the performance security pursuant ITB

clause 33, the purchaser will promptly notify each unsuccessful bidder and will

discharge its bid security, pursuant to ITB clause 15.

31. Signing of

Contract

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.

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.

32. Performance

Security

32.1 Within Fourteen (14) days of the receipt of notification of award from the

purchaser, the successful bidder shall furnish the performance security in

accordance with the conditions of contract in the performance security form

provided in the bidding documents, or in another form acceptable to the purchaser.

32.2 Failure of the successful bidder to comply with the requirement of ITB clause

13

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. Corrupt or Fraudulent

Practices

33.1 The procuring agency requires that bidders, supplies 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

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;

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

questions;

The procuring agency will sanction a firm, in accordance with

prevailing blacklisting procedures under Punjab Procurement Rules

2014 (amended up to date), if it at any time determines that the firm

has engaged in corrupt or fraudulent practices in competing for or in

executing, Bank-Financed contract.

33.2 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.

34. Warranty 34.1 A log book for the equipment shall be maintained by the supplier service

engineer in consultation with the end user department. This will include the name of

the equipment, down time, preventive maintenance schedule, replacement of parts,

down time etc.

34.2 The warranty will start from the date of acceptance of equipment (properly

installed, as per contracted specifications and handing over of related documents

mentioned in GCC and will last for its warranty period at 95%uptime.

34.3 The maintenance will be the responsibility of the manufacturer / their agent.

An annual optimal uptime of 95% is considered as acceptable level of performance.

34.4 Software and hardware up gradation of the computing system should be carried

out as available during warranty period as recommended by the manufacturer.

34.5 Manufacturer / Supplier shall be responsible for rectifying with all possible

speed at their own expense any defect or fault in the system which may develop at

any time during installation, commissioning period.

34.6 Manufacturer will guarantee the availability of spare parts and accessories for

the system for Ten (10) years.

34.7 Uptime shall be define as the time available to the user for doing

procedure/data acquisition and processing during working hours throughout the year

except holidays (from 9:00am to5:00pm).

34.8 Manufacturer/supplier shall check system performance during and after every

34.08 4-month. An “Optimal Percentage” will be calculated by dividing “System in

Service” hours by hours available, both measured on the basis of working hours as

detailed above.

34.9 If the uptime percentage for the measurement period (04-months) shall fall

short of 95% the following formula will be applied to determine additional days in

14

the warranty/service contract period.

a) 100% - 95% No Penalty

b) 95% - 90% the warranty period will be extended by2.0 time the

number of days as extra down time.

c) 90% - 80% The warranty period will be extended by 3.0 time

the number of days as extra downtime

d) Below 80% the warranty period will be extended by 4.0 times the

number of days as extra downtime.

34.10 Down time is defined as the failure in the equipment operation to acquire or

process the data or procedure, resulting in inability to carry out the required

procedure properly.

34.11 The firm will be bound to make arrangements for availability of qualified

technical staff in hospital/site for prompt execution/coordination of after sale

services.

34.12 Down time will start when the end user/staff In-Charge notifies the designated

service facility verbally or in writing to qualified technical staff of the firm stationed

in the hospital.

34.13 Down time will end once the repairs have been affected and the system is

again available for clinical use.

34.14 The firm will provide the recommended preventive maintenance schedule of

each of the equipment at the time of delivery.

34.15 The firm will bound to execute the installation/maintenance according to the

installation/service protocol and will replace the components/kits recommended by

the manufacturers for installation and periodic preventive maintenance.

34.17 Remote service via modem shall be preferred if provided by the manufacturer

to pick-up early faults at no cost to the hospital.

15

PART-II

SECTION-I BID DATA SHEET The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the

Instruction to Bidders (ITB) Part-I. Whenever, there is a conflict the provisions herein shall prevail over those in ITB.

ITB 1.1 Name of Procuring Agency: THQ HOSPITAL KALLAR SYEDAN, Primary &

Secondary Healthcare Department, Government Of Punjab.

ITB 1.2 Name: Procurement of General Store Items

ITB 1.3 Name of Purchaser:

Procuring Agency

THQ HOSPITAL KALLAR SYEDAN.

ITB 1.4 For clarification purposes, the Employer’s address is:

Kallar Syedan Road, THQ HOSPITAL KALLAR SYEDAN, Dist. Rawalpindi

Phone # 051-3201101

ITB 1.5 Language of the bid-English

BID PRICE AND CURRENCY ITB 2.1 The price quoted shall be Delivered Duty Paid at the following locations in accordance

with the schedule of requirements including the delivery charges: Kallar Syedan City, District Rawalpindi (Punjab).

ITB 2.2 The price shall be in Pak Rupees and shall be fixed.

PREPARATION AND SUBMISSION OF BIDS ITB 3.1 a. Certificate of incorporation of bidder’s firm showing its location and the date

of registration etc.

b. NTN and GST Registration Certificate.

ITB 3.2 Audited Balance Sheet or Bank Statement for the last financial year (1st July 2019 till

30th June 2020)

COMPLETE INCOME TAX RETURN OF YEAR 19-20

ITB 3.3 Qualification Requirements. In addition to ITB 13.1, ITB 13.2 and ITB 13.3 (b),

potential bidder must also fulfill the following:-

a) The bidder must be a Manufacturer or an Authorized Dealer for sales &

service continuously from last one-year.

b) List Of Employees

c) Past Supply Orders

d) Technical Brochures of equipment quoted, mentioning its

Specifications, manufacture’s model, product number and country of origin.

e) An average annual sale of Rs. 2Million.

f) One year business history with government/autonomous institutions.

g) Authority Letter from the bidder company authorizing the relevant person

to represent the company.

h) If an agent submits bids on behalf of more than one manufacturer, unless

each such bid is accompanied by a separate bid form for each bid, and a bid

security, when required for each bid and a valid authorized dealership

certificate from the respective manufacturer, all such bids will be rejected as

non-responsive

ITB 4.1 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

ITB 5.1 Amount of Bid Security Package name Estimated cost & Bid security

Framework Contract of General Store

Items

2% of Estimated

Cost (Rs. 0.8 million)

16

ITB 6.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 7.1 Number of Copies: Original along with one copy of the bid. Bids must be

accompanied by unit price and total price.

ITB 8.1 Address for Bid Submission: Tehsil Head Quarter Hospital, Kallar Syedan,

Rawalpindi.

ITB 9.1 Deadline for Bid Submission: 18-02-2021 at 10:00 AM

ITB 10.1 Time, Date and Place for Bid Opening: 18-02-2021 at 10:30AM in the office of The

Medical Superintendent, THQ HOSPITAL Kallar Syedan.

ITB 11.1 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total price offered

by the qualified responsive bidder.

ITB 12.1 Percentage for quantity increase or decrease: 15% of total contract value also

extendable for Three (03) months after the completion of Financial Year 2020-21.

SECTION-II SCHEDULE OF REQUIREMENTS The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of delivery required.

TABLE-1 DELIVERYSCHEDULE

Packages

Location

Item

Delivery Period from the

date of Notification of

Award/Supply Order

Name THQ

Hospital

Kallar Syedan

General Store Items

Supply order will be issued

on requirement and the

supply period is 01 week

1. All store supplies should be made within the mentioned time.

2. However, 05 days grace period may be granted upon written request to the procuring agency.

3. If the firm fails to supply the store even after grace period. LD will be charged after mentioned delivery period

as per supply order.

4. If the firm fails to supply the stores, within 45 days the contract/supply order will be treated as cancelled.

5. In case of emergency and ordinary daily used medicines, supply shall be made immediately; otherwise order

should be considered cancelled if not delivered within 24hours.

Mode of Penalty No Penalty Imposition Penalty Imposition

With penalty @ 0.5% per day after

delivery period mentioned in Purchase

Order.

Up to delivery period as

mentioned in purchase order

After delivery period on daily

basis

For daily use ordinary and Emergency

Medicines

Immediate Supply as per

Demand

After 24 Hours of purchase

order

17

SECTION-III TECHNICAL SPECIFICATIONS

TECHNICAL EVALUATION OF THE TENDER

All the procurement procedures will be done strictly in accordance with the PPRA Rules 2014 (Amended

to date). Single stage/Two envelope bidding procedure shall be applied. The envelope shall be marked as

FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in legible letters. Envelopes shall

then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be

returned un-opened to the respective bidders. The inner envelops shall also indicate the name and address of the

bidder.

The envelope must also clearly show the bid title and bidder’s name and address. Failure to comply with this

requirement may result in rejection of the bid and the committee decision in this regard shall be final. Bids

submitted after the prescribed time shall not be entertained. (Valid for all Packages)

Only technical proposal will be opened by the tender opening committee. The financial proposal will be opened

by tender opening committee of responsive/technically successful bidders later on the declared time, place and

date. Financial proposal of the non-responsive/technically unsuccessful bidders will be returned as such to them

on that date without opening their financial offers as per PPRA Rules 2014. (Valid for all Packages)

All the pages of technical & financial bids should be marked as page no. (Valid for all Packages)

Substandard, broken seal & substituted bids will not be acceptable. (Valid for all Packages)

Bids shall remain valid for a period of three months after opening of technical bid. A bid valid for shorter period

shall be rejected as non-responsive. Extendable equal to the period of the original bid validity. (Valid for all

Packages)

Facility of the supplies must be available round the clock; 24/7 without any delay. No external factor such as

strikes may affect the supply. In case of delayed supplies, 0.5% per day Late Delivery charges will be imposed.

In case of consistent late supplies, the procuring agency of this hospital may reconsider the agreement of the LP

which can include in to cancellation of the contract.

Contract will be awarded to the tenderer offering highest discount to the hospital.

The validity of the contract will be till 30.06.2021, extendable for Three (03) months. (Valid for all Packages)

For the calculation of maximum retail price of those items where price is not printed on the product the retail

price will be finalized after survey. (Valid for all Packages)

The supplier/tenderer back ground should be financially sound, based on authentic bank statement. (Valid for all

Packages)

The price of general store items shall in no way be more than the market prices (retail price) and discount

offered by the bidders to the hospital will be based on its maximum retail price.

AMOUNT OF BID SECURITY

Submit a bid security mentioned in the tender notice against each package.

Samples:

Samples will be submitted for local or china made items and sample verification committee will evaluate the

samples.

Those firms, who failed to submit samples, will be considered technically non-responsive.

CLARIFICATION OF BIDS:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the procuring

agency may seek and accept clarifications to the bid that do not change the substance of the bid. (Valid for all

Packages)

LIMITATION ON NEGOTIATION’S:

There shall be no negotiations with the bidder. (Valid for all Packages)

18

REJECTION OF BIDS:

The authority may reject all bids or proposals at any time prior to the award of contract without assigning any

reason. (Valid for all Packages)

ACCEPTANCE OF BIDS:

The bidder with the highest discount/lowest price, if not conflict in any other law, rules, regulations or policy of

the Government of Punjab, shall be awarded the procurement award. (Valid for all Packages)

PERFORMANCE GUARANTEE:

The successful bidder shall furnish performance security of 5% of total estimated budget. The performance

security shall be deposited in the shape of cash deposit receipt, Bank Guarantee, Demand Draft valid for at least

Two years. (Valid for all Packages)

QUALIFICATION OF SUPPLIERS & CONTRACTORS:

Procuring Agency at any stage of the procurement proceedings, may require the suppliers or contractors to

provide information concerning the professional, technical financial, legal or managerial competence whether

already prequalified or not. (Valid for all Packages)

NO OFFER WILL BE CONSIDERED FIT:

i. Is submitted without call deposit by registered firm in the name of Medical Superintendent THQ

Hospital, Kallar Syedan.

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous.

v. Is overwritten.

vi. Is conditional.

vii. Is given by the firm black listed, suspended or removed from the approval list of the Health Department

Government of Punjab, Autonomous Health Institutions or by the Federal Government.

viii. Is received with a validity period shorter than that required in the tender inquiry.

ix. Does not conform to the general conditions of the tender inquiry.

x. Is received without earnest money as specified in the tender.

All the pages of tender must be signed & stamped properly at the bottom.(Valid for all Packages)

Successful bidder is bound to supply the full ordered quantities of all desired brands except those, who are

actually not available in the market. (Valid for all Packages)

INSPECTIONS & TEST/ANALYSIS:

The supplier will be responsible for free replacement of stocks if found not of the same specifications as

required on the demand from day to day basis. In case of non-supply the same will be purchased from the local market

and the amount will be deducted from the bills of contractor pending in the purchase department.

In case of any dispute the decision of the Medical Superintendent/Grievance Committee of THQ HOSPITAL

KALLAR SYEDAN, will be final. (Valid for all Packages)

19

Package Name : General Store Items

PRICE SCHEDULE

Sr Items Name Tentative

quantity

Comments Price offered

1 BP Apparatus mercury type (Belivia or

equivalent)

10 Nos Sample/Broachers required

2 BP Apparatus Cuff (normal size) with

bladder (Certeza or equivalent)

30 Nos Sample/Broachers required

3 BP Apparatus Pump (Certeza or

equivalent)

30 Nos Sample/Broachers required

4 Stethoscope (Belivia or equivalent) 10 Nos Sample/Broachers required

5 Thermometers (Good Quality) 50 Nos Sample/Broachers required

6 Examination Torch (Good Quality) 20 Nos Sample/Broachers required

7 Tongue Depressor (Good Quality) 20 Nos Sample/Broachers required

8 Nebulizer (Belivia or equivalent) 05 Nos Sample/Broachers required

9 Pulse Oximeter Hand held Digital

(Belivia or equivalent)

10 Nos Sample/Broachers required

10 Oxygen Gauge (Japan Technology) 05 Nos Sample/Broachers required

11 Patient Stool (GOOD QUALITY) 20 Nos Sample/Broachers required

12 Oxygen Cylinders 96ft (master with testing

certificate)

10 Nos Sample/Broachers required

13 Oxygen Cylinders 240ft (master with

testing certificate)

10 Nos Sample/Broachers required

14 Oxygen Cylinders Trolley (best quality) 05 Nos Sample/Broachers required

15 Steel Cupboard (6X4) (Best quality) 05 Nos Sample/Broachers required

16 Sharp Container (Medica) 100 Sample/Broachers required

17 Syringe Cutter (Classic or equivalent) 100 Sample/Broachers required

18 Tourniquets 30 Nos Sample/Broachers required

19 Instruments Tray (Steel Tray)(medium) 05 Nos Sample/Broachers required

20 Heating element for Baby Warmer 500 W 05 Nos Sample/Broachers required

21 Heating Auto Clave element 500 W 05 Nos Sample/Broachers required

22 Dressing Set 10 SET Sample/Broachers required

23 C Section Set (large complete set) 02 Nos Sample/Broachers required

24 Fire Extinguisher powder refilling 10 KG Sample/Broachers required

25 Locks (Large size) 30 Nos Sample/Broachers required

26 Foot Steps (Best Quality) 05Nos Sample/Broachers required

27 Nebulizer Kit (Peads) 10Nos Sample/Broachers required

28 Nebulizer Kit (Adults) 10Nos Sample/Broachers required

29 Tissue Paper Box (100 tissues) (rose petal

or equivalent)

100 box Sample/Broachers required

30 EXTENSION WITH 10 meter WIRE (Best

quality)

10Nos Sample/Broachers required

31 Container for sampling (500mL) 100 Nos Sample/Broachers required

32 Folding Screen 3 steps (Best Quality) 05Nos Sample/Broachers required

33 Weight machine with height scale 02 Nos Sample/Broachers required

34 Steel spirit jars 6*6 05Nos Sample/Broachers required

20

35 Stabilizer 1500 watt (Copper

winding)(homage or equivalent)

05 Nos Sample/Broachers required

36 Small waste basket 12litre (Best quality) 30 Nos Sample/Broachers required

37 Thermal paper roll 58mm 100 Nos Sample/Broachers required

38 Tape 6 Rolls Sample/Broachers required

39 ECG Paper roll (63mm) 100 Sample/Broachers required

40 Crockery China (Plates) 24Nos Sample/Broachers required

41 Crockery China (Glass) 24Nos Sample/Broachers required

42 UPS 1000 WATT (12 V) (Homage or

equivalent)

03 Nos Sample/Broachers required

43 Battery for Generator (200 AMP) (12V)

(Osaka)

03Nos Sample/Broachers required

44 Air Fresheners (cobra or equivalent) 200 Sample/Broachers required

45 Office Room Bell 6 Sample/Broachers required

46 First Aid Box (Large Size) made of plastic 5 Sample/Broachers required

47 Couch (best quality) 5 Sample/Broachers required

48 Surf ½ kg 300kg Sample/Broachers required

49 Bleach 1lt (good quality) 40lt Sample/Broachers required

50 Phenyl (super or equivalent) 40ltr Sample/Broachers required

51 Latex Examination Gloves pack (Large

size) (safety or equivalent)

500packs Sample/Broachers required

52 Face mask 3 ply with nose pin 300packs Sample/Broachers required

53 Thermal gun (Belivia or equivalent) 03 Sample/Broachers required

54 Glucometer (OnCall Plus) 05 Sample/Broachers required

55 Gluco Strips pack of 50s (On call Plus) 100 Sample/Broachers required

56 CTG Paper pack (medi paper) (200sheets)

(151mm*150mm)

20packs Sample/Broachers required

57 Disposable Gown 20gsm (green/blue) 1000 Sample/Broachers required

58 KN95 with Filter 200 Sample/Broachers required

59 Shoe cover for OT (100S) 100pack Sample/Broachers required

60 Head cover for OT (100S) 100pack Sample/Broachers required

61 Ultrasound Gel 5litre (AQUA) 30 Sample/Broachers required

62 Carbolic Acid 1kg solid (BDH) 06 Sample/Broachers required

63 Formalin solution 2.5litre (BDH) 10 Sample/Broachers required

64 Macintosh Sheet 500meters Sample/Broachers required

65 Autoclave Tape (SAFETY OR

EQUIVALENT)

15 Sample/Broachers required

66 Steri-gauge strips 3m pack of 100s 06 Sample/Broachers required

67 ECG machine (3 channel) China made with

warranty

02 Sample/Broachers required

68 ECG Electrodes pack 0f 50 (best quality) 10 Sample/Broachers required

69 Laryngeal Mask Airways (ALL size)

(reusable) (Peads and Adults both)

01 of each

size

Sample/Broachers required

21

70 Disposable ventilator circuit 10 Sample/Broachers required

71 Non Invasive Ventilation mask (All Sizes) 01 of each

size

Sample/Broachers required

72 Transparent Vinyl Ventilation mask (All

Sizes)

01 of each

size

Sample/Broachers required

73 Bacterial Filters HME 500 Sample/Broachers required

74 Chest tube drain bottle 2litre 02 Sample/Broachers required

75 Supra pubic Catheterization set (Adult &

Peads)

01 of each Sample/Broachers required

IMPORTANT NOTE:

Items for which samples & brochure are needed must be submitted

along with bid submission. No bid will be accepted without samples.

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

Technical Evaluation

Sr. # DOCUMENTS NEEDED CHECKLIST

1 Original receipt for purchase of tender

2

Copy of Bid Security amounting

2 % of total estimated cost

in the favor of Medical Superintendent

THQ Hospital Kallar Syedan, District RWP,

3 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender documents and

PPRA rules 2014 (Amended 2016)

4 Certificate of free replacement on firm’s letter pad.

6 Valid National Tax Number/Sale Tax Number

7 Affidavit on Rs.50 stamp paper that firm is Not Black listed.

8 Attested CNIC copy

9 Good practice certificate from any government institute

FINANCIAL EVALUATION

Sr. # DOCUMENTS NEEDED CHECKLIST

1 Financial Proposal (Price Schedule) on letter pad of the firm

2 Bid Security (ORIGINAL)

22

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 where of the parties here to 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)

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

23

BID FORM

To: _ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the

supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid

Amount__________________, [Bid Amount in words___________________ or such other sums as may be ascertained

in accordance with the Schedule of Prices attached herewith and made part of this bid.

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

of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of call deposit (CDR)

equivalent to 2 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT, THQ

HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it

shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is

prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute

a binding Contract between us.

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

Name and address ____________________________

Amount ______________________

(If none, state “none”)”

Dated this ____________day of 20___________.

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

24

AFFIDAVIT

ON STAMP PAPER OF RS 100/-

I/We, the undersigned solemnly state that:

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

The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned

have not paid nor have agreed to pay, any Commissions or Gratuities to any official or Agent related to this bid or award or

contract.

The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

The undersigned are bound to Replacement of damaged /substandard stocks free of cost,

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

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________

Stamp_____________

25

AFFIDAVIT

ON STAMP PAPER OF RS 100/-

I/We, the undersigned solemnly state that:

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

The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.

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

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________

Stamp_________________

26

PERFORMANCE GUARANTEE

After winning the bid

To,

MEDICAL SUPERINTENDENT

THQ HOSPITAL KALLAR SYEDAN.

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

pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank Guarantee

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

performance obligations in accordance with the Contract.

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

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of

[Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand

declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the

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

demand or the sum specified therein.

This guarantee is valid until the____________ day of________,

Signature and Seal of the Guarantors/ Bank:

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________Stamp___________________

27

BID SUBMISSION FORM

LETTER OF INTENTION

TO

THE MEDICAL SUPERINTENDENT

THQ HOSPITALI KALLAR SYEDAN.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned,

offer the following Rate/items .We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery

schedule specified in the Schedule of Requirements, we shall furnish a Performance Guaranty/Security in the shape of Call

Deposit (CDR) in the name of Medical Superintendent THQ HOSPITAL KALLAR SYEDAN equivalent to 5% of the total

Contract amount. We agree to abide by this bid for a period of FY 2020-21 from the date fixed for bid opening under

instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that

period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your

notification of award shall constitute a binding Contract between us. We understand that the Procuring Agency is not bound

to accept the highest or any bid, Procuring Agency may receive.

Name of the bidder ___________________

Father, s Name_______________________

Address of bidder / Firm_______________

NIC #______________________________

Designation _________________________

Signature ___________________________

Stamp_____________________________

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and further abide

by rules as laid down in the bidding documents

Name of the tenderer: __ _ _

Sign of tenderer ________________________

Designation of tenderer:__ _______

Postal address_____________________________

Telephone Number_________________________

CNIC number______________________________

NTN number ____________________

Sign &Stamp ___________________

28

To be attached with technical bid

FORMAT FOR COVERING LETTER To

(Name and address of procuring agency) Sub: ________________________________

Dear Sir,

a) Having examined the tender document and Appendixes we, the undersigned, in conformity with the said

document, offer to provide the said supply/works on terms of reference to be signed upon the award of contract for

the sum indicated as per Price Schedule.

b) We undertake, if our proposal is accepted, to provide the works comprise in the contract within time frame

specified, starting from the date of receipt of notification of award from the client Department / Office.

c) We agree to abide by this proposal for the period of days (as per requirement of the project) from the date of bid

opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

d) We agree to execute a contract in the form to be communicated by the (insert name of the Procuring agency) _,

incorporating all agreements with such alterations or additions thereto as may be necessary to adapt such

agreement to the circumstances of the standard.

e) We understand that you are not bound to accept a lowest or any bid you may receive, not to justify for rejection of

any bid and that you will not defray any expenses incurred by us in biding.

Authorized Signatures with Official Stamp

29

Format of Power-of-Attorney form

To be submitted with technical proposal

POWER OF ATTORNEY

(On Stamp Paper of relevant value)

Know all men by these presents, we (name of the company and address of the registered office) do

hereby appoint and authorize Mr. (full name and residential address) who is presently employed with us

and holding the position of as our attorney, to do in our name and on our behalf, all such acts, deeds

and things necessary in connection with or incidental to our proposal for (name of the project) in

response to the tenders invited by the (name of the Procuring agency) including signing and submission

of all documents and providing information/responses to (name of the Procuring agency) in all

matters in connection with our Bid.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to

this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always

be deemed to have been done by us.

Name of the Attorney ___________________

Title and address __________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________

Stamp_________________

30

To be attached on legal stamp paper with technical bid

AFFIDAVIT (Integrity Pact)

We ______ (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr. /Ms.

____________________ (If participating through agent / representative) is the agent / representative duly

authorized by _(Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid

to the _(Name of the Procuring agency)_. Affiant further states that the said M/s (Bidding Firm/Company

Name) has not paid, given or donate or agreed to pay, given or donate to any line officer or employee of the

_(Name of the Procuring agency)_ any money or thing of value, either directly or indirectly, for special

consideration in the letting of the contract, or for giving undue advantage to any of the bidder in the bidding

and in the evaluation and selection of the bidder for contract or for refraining from properly and thoroughly

maintaining projects implementations, reporting violation of the contract specification or other forms of

noncompliance.

[The Seller/Supplier/Contractor] certifies that it has made and will make full disclosure of all agreements

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

has not taken any action or will not take any action to circumvent the above declaration, representation or

warranty / support. The Seller/Supplier/Contractor certifies that it has made and will make full disclosure of

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

Procuring agency and has not taken any action or will not take any action to circumvent the above

declaration, representation or warranty / support.

[The Seller/Supplier/Contractor] accepts full responsibility and strict liability for making any false

declaration, not making full disclosure, misrepresentation facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty/support. It agrees that any contract, right, interest,

privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any

other right and remedies available to the Procuring agency under any law, contract or other instrument, be

voidable at the option of Procuring agency.

Notwithstanding any rights and remedies exercised by the Procuring agency in this regard, [the

Seller/Supplier/Contractor] agrees to indemnify the Procuring agency for any loss or damage incurred by it

on account of its corrupt business practices and further pay compensation to the Procuring agency in an

amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback

given by [the Seller/Supplier/Contractor] as aforesaid for the purpose of obtaining or inducing the

procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from

the Procuring agency.

______________________

Signature & Stamp

Subscribed and sworn to me this day of 20_____

31

BIDDING DOCUMENT

TEHSIL HEAD QUARTER HOSPITAL KALLAR

SYEDAN, DISTT.RAWALPINDI

PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT,

PUNJAB

.

FRAMEWORK CONTRACT

FOR LOCAL PURCHASE OF STATIONARY ITEMS FOR THE

FY. YEAR 2020-2021.

32

TENDER NOTICE The THQ Hospital Kallar Syedan, District Rawalpindi invites sealed bids from eligible bidders,

Manufacturers, authorized Sales & Service Dealers, Distributors, for the supply of below mentioned items

for the Financial year 2020-2021.

S# NAME OF TENDER BID SECURITY

(2% of Estimated Cost )

LAST DATE &

TIME OF

SALE OF

TENDER

LAST DATE &

TIME OF

RECEIVING

OF TENDER

DATE

&TIME OF

OPENING

OF TENDER

01 Framework Contract of

Stationary Items

2% of Estimated

Cost (Rs. 0.4 million)

17-02-2021 at

01:00PM

18-02-2021 at

10:00AM

18-02-2021 at

10:30AM

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

Envelope) procedures specified in the Punjab Procurement Rules PPRA 2014 (amended up to 2017), and is open to all eligible bidders as defined in the bidding document.

Interested eligible bidders may obtain bidding documents and further information from

the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written

application along with payment of non-refundable fee of PKR/- 1000/- (One thousand

only). Bidding documents can be obtained from office of Procurement Officer, THQ

Hospital Kallar Syedan at the mentioned time and date.

Biding documents are also available on Punjab Procurement Regulatory Authority

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

Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand

Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the

below mentioned office within the closing date.

Bids will be opened in the presence of bidders’ representatives who choose to attend at

mentioned time on the same date in the Office of The Medical Superintendent THQ

Hospital Kallar Syedan on the closing date.

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

expected.

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

registration certificate must be provided.

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

MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN

Government of Punjab Tel: 051-3201101

33

Check List The provision of this checklist is essential prerequisite along with submission of

tenders.

SR. DETAIL YES / NO

KNOCKOUT CLAUSES

01 Original receipt for purchase of tender. Yes / No

02 Valid National ID Card (NADRA) Yes / No

03

Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank draft/CDR (copy of CDR must be in Technical Offer and Original

CDR must be in Financial Offer)

Yes / No

GENERAL CLAUSES SR. DETAIL Marks 01 Samples submission with Technical Dossier / Document / brochure 10

02 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender

documents and PPRA rules 2014 (Amended 2016). 10

03 An affidavit on stamp paper of Rs.100/- submitting following clauses:

i) that the firm / bidder is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.

10

04 Minimum one year experience regarding supply of Stationary Items to Government / Autonomous institutions to Government / Autonomous

institutions 10

05 Discount/Price should not be mentioned on technical bid. 10

06 Bank statement / Balance sheet of last one year 10

07 Valid National Tax Number & Sale Tax Number 10

08 Good practice certificate 10

09 Attested copy of CNIC of the Owner/ Directors/Partners 10

10 Company / Suppliers profile including detail of managerial staff

(Staff Name, Address of staff & Telephone No.) 10

Total 100 Note: Passing marks for tender are 70

34

Procedure

Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned

above in the office of Medical Superintendent THQ Hospital Kallar Syedan. The bids

received till the stipulated date & time shall be opened on the same day in the presence of the

bidders or their authorized representatives (who choose to attend) by the purchase committee.

Bid Security of the 2% of the total estimated price (as determined by the procuring agency) in

the shape of call Deposit/CDR from any scheduled bank is required to be furnished with the

Financial Bid & Photo copy of same should be attached with technical proposal otherwise bid

will be rejected. Bids shall not be entertained after the mentioned date and time.

1. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be

marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible

letters. Financial proposal of bids found technically non-responsive shall be returned un-opened

to the respective bidders.

2. Procurements shall be governed under the Punjab Procurement Rules, 2014(Amended till to

date)

3. The bidding documents duly signed by the Medical Superintendent THQ Hospital Kallar

Syedan will be accepted.

4. All bids should be submitted in tape binding. All documents should contain proper page

marking, attached in sequence as indicated for evaluation in the bidding documents along with

signatures of authorized person. Moreover, signing and stamping of each page of bidding

documents/form is mandatory.

5. In case the date of opening or last date of sale is declared as a public holiday by the

government or non-working day due to any reason, the next official working day shall be

deemed to be the date of sale and submission and opening of tenders accordingly. The time and

venue shall remain the same.

6. The bidders are requested to give their lowest and best prices with their bids.

7. Attested copy of registration of income tax, sale tax, Copy of CNIC and original receipt of

purchase tender to be attached with the technical bids.

8. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid

or proposal. The procuring agency shall upon request, may communicate to any bidder, the

grounds for its rejection of all bids of proposal, but shall not be required to justify those

grounds.

9. Taxes will be deducted as per applicable government rules. National Tax Number (NTN) and

Sales Tax Number (STN) must be valid.

35

INSTRUCTION TO BIDDERS

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

This invitation for bids is open to all supplies, except as provided hereinafter.

Bidders should not be associated, or even have been associated 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 good store purchased under this invitation forbids.

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.

Bidders shall not be under a declaration of blacklisting by any Government department

or Punjab Procuring Regulatory Authority (PPRA). For which an undertaking will be

submitted along with bid by the bidders.

3. Eligible Goods &

Services

All goods and related services to be supplied under the contract shall have their

original 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.

For purpose 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.

The origin of goods and services is distinct from nationality of the bidders.

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.

36

BIDDING DOCUMENTS

5. Content of

Bidding

Documents

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:

j) Instruction To Bidders(ITB)

k) Bid Data Sheet

l) Schedule of Requirements

m) Technical Specifications

n) Bid Submission Form

o) Manufacturer’s Authorization Form

p) Price Schedule

q) General Conditions of Contract (GCC)

r) Special Conditions of Contract(SCC)

The bidder 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

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

whether at its initiative or in response to a clarification requested by a prospective

bidder, may modify the bidding documents by amendment.

All prospective bidders that have received the bidding documents will be notified of

the amendment in writing or by email, and will be bidding on them

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.

37

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

The bid prepared by the Bidder shall comprise the following components:

c) A bid form and a price schedule completed in accordance with ITB

clauses 10, 11 and 12;

d) 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;

e) Documentary evidence established in accordance with ITB clause

14thatthegoodsandancillaryservicestobesuppliedbytheBidder are eligible

goods and services and conform to the bidding documents; and

d) Bid security furnished in accordance with ITB clause15.

10. Bid Form

10.1 The bidder shall complete the bid form and 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

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.

Prices indicated on the Price Schedule shall be Delivered Duty Paid (DDP) prices.

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.

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 and adjustable price quotation will be treated as

non-responsive and will be rejected, pursuant to ITB clause 24.

12. Bid Currencies 12.1. Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data

Sheet.

13.Documents

Establishing

Bidder’s

Eligibility and

Qualification

PursuanttoITBclause9, the bidder shall furnish, as par to fits bid, documents

establishing the Bidder’s eligibility to bid and its qualifications to perform the contract

if its bid is accepted.

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

Purchaser’s satisfaction that the bidder, at the time of submission of its bid, is eligible

as defined under ITB clause2.

The documentary evidence of the bidder’s qualifications to perform the contract if its

bid is accepted shall establish to the Purchaser’s satisfaction:

d) 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 goods in Pakistan;

e) That the bidder has the financial, technical and production capability

necessary to perform the contract;

f) That, in the case of 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 That the bidder meets the

qualification criteria listed in the Bid Data Sheet.

38

14. Documents

Establishing Good

Eligibility and

Conformity to

Bidding

Documents

14.1 PursuanttoITBclause9, the bidder shall furnish, as par to fits 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 bidding

documents maybe in the form of literature, drawing and data and shall consist of:

d) A detailed description of the essential technical and performance

characteristics of the goods;

e) A list giving full particulars, including available sources and current

prices of 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

f) 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 (c)

above, the bidder shall note that standards for workmanship, material and equipment,

as well as references to designated in the Technical Specifications.

15. Bid Security

15.1 PursuanttoITBclause9, the bidder shall furnish, as par to fits 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 clause15.7.

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 Banker’s cheque

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 non-responsive, pursuant to ITB clause24.

15.5 Unsuccessful bidder 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 clause16.

15.6 The successful bidder’ bid security will be discharged upon the bidder signing the

contract, pursuant to ITB clauses 32 and furnishing the performance security, pursuant

to ITB clause33.

15.7.The bid security may be forfeited:

c) If a bidder withdraws its bid during the period of bid validity specified

by the bidder on the Bid Form; or

d) In the case of a successful bidder, if the bidder fails:

To sign the contract in accordance with ITB clause32; Or

To furnish performance security in accordance with ITB clause33

16. Period of Validity

of Bids

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 non-responsive.

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 clause16.3.

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.

39

17. Format & Signing

of Bid

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.

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 unamend printed literature, shall

be initiated by the person or persons signing the bid.

Any interlineations, erasures or over writing shall be valid only of they are initialed by

the person or persons singing the bid.

The bidder shall furnish information as described in the form of bid on commissions or

gratuities, If they paid or to be paid to agents relating to this bid, and to contract

execution if the bidder is awarded the contract.

SUBMISSION OF BIDS

18. Sealing &

Marking of

Bid

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 outer envelopes.

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 Bid(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.

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”.

If the outer envelope is not sealed and marked as required by ITB clause18.2, the purchaser will assume no responsibility for the bid’s misplacement or premature

opening.

19. Dead line for

Submission of Bids

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.

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 obligation soft he 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.

40

21.Modification

& Withdrawal of

Bids

The bidder may modify or withdraw its bid after the bid’s submission, provided that

written notice of the modification, including substantiation or withdrawal of the bids is

received by the purchaser prior to the deadline prescribed for submission of bids.

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.

No bid may be modified after the deadline for submission of bids.

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

and the expiration of the period of bid validity specified by the bidder on the Bid

Form.

With drawl of a bid during this interval may result in the bidder’s forfeiture of its bid

security, pursuant to the ITB clause 15.7.

OPENING AND EVALUATION OF BIDS

22.Opening of

Bids By The

Purchaser

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

bidder representatives who are present shall sign an attendance sheet evidencing their

presence.

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 clause20.

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. Withdrawal bids will be returned unopened to the bidders.

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

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.

Arithmetical errors will rectify on the following basis. If there is 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 is words will prevail.

The purchaser may waive any minor informally. 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.

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 reservation to critical provisions such as those

concerning Bid Security(ITBClause15), 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

41

the bid itself without recourse to extrinsic evidence.

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

In the absence of Prequalification, the purchaser will determine to its satisfaction

whether the bidder is qualified to perform the contract satisfactory, in accordance with

the criteria listed in ITB clause13.3.

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

ITBclause13.3, as well as such other informations the purchaser deems necessary and

appropriate.

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.

The purchaser’s Financial Evaluation of a bid will be on delivered duty paid (DDP)

price inclusive of prevailing taxes and duties

26.Contacting The

Purchaser

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.

Any effect by a bidder to influence the purchaser during bid evaluation, or bid

comparison may result in the rejection of the bidder’s bid.

AWARD OF CONTRACT

27. Award

Criteria

27.1 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.

28. Purchaser’s

Right to Vary

Quantities at

Time of Award

28.1 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.

29. Purchaser’s

Right to Accept

or Reject All

Bids

29.1 The purchaser reserves the right to accept or reject all bids, and to annual 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.

30. Notification of

Award

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.

The notification of award will constitute the information of the contract.

Upon the successful bidder’s furnishing of the performance security pursuant ITB

clause 33, the purchaser will promptly notify each unsuccessful bidder and will

discharge its bid security, pursuant to ITB clause 15.

42

31. Signing of

Contract

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.

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.

32. Performance

Security

32.1 Within Fourteen (14) days of the receipt of notification of award from the

purchaser, the successful bidder shall

furnishtheperformancesecurityinaccordancewiththeconditionsofcontractin the

performance security form provided in the bidding documents, or in another form

acceptable to the purchaser.

32.2 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. Corrupt or

Fraudulent Practices

33.1 The procuring agency requires that bidders, supplies 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:

(iv) “Corrupt Practice “means the offering, giving, receiving or soliciting

anything of value to influence the action of a public official in the

procurement process or in contract execution; and

(v) “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.

(vi) “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

questions;

(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, Bank-Financed

contract.

33.2 Furthermore, bidders shall be aware of the provision stated in sub- clause 5.4 and

sub-clause24.1 of the General conditions of contract.

34. Warranty

34.1 A log book for the equipment shall be maintained by the supplier service engineer

in consultation with the end user department. This will include the name of the

equipment, down time, preventive maintenance schedule, replacement of parts, down

time etc.

34.2 The warranty will start from the date of acceptance of equipment (properly

installed, as per contracted specifications and handing over of related documents

mentioned in GCC and will last for its warranty period at 95%uptime.

34.3 The maintenance will be the responsibility of the manufacturer / their agent. An

annual optimal uptime of 95% is considered as acceptable level of performance.

34.4 Software and hardware up gradation of the computing system should be carried

out as available during warranty period as recommended by the manufacturer.

34.5 Manufacturer / Supplier shall be responsible for rectifying with all possible speed

at their own expense any defect or fault in the system which may develop at any time

during installation, commissioning period.

43

34.6 Manufacturer will guarantee the availability of spare parts and accessories for the

system for Ten (10) years.

34.7 Uptime shall be define as the time available to the user for doing procedure/data

acquisition and processing during working hours throughout the year except holidays

(from 9:00am to5:00pm).

34.8 Manufacturer/supplier shall check system performance during and after every

34.08 4-month. An “Optimal Percentage” will be calculated by dividing “System in

Service” hours by hours available, both measured on the basis of working hours as

detailed above.

34.9 If the uptime percentage for the measurement period (04-months) shall fall short

of 95% the following formula will be applied to determine additional days in the

warranty/service contract period.

e) 100%-95% No Penalty

f) 95% -90% the warranty period will be extended by2.0 time the

number of days as extra down time.

g) 90% -80% The warranty period will be extended by 3.0time the

number of days as extra downtime

h) Below80% the warranty period will be extended by 4.0 times the

number of days as extra downtime.

34.10 Down time is defined as the failure in the equipment operation to acquire or

process the data or procedure, resulting in inability to carry out the required procedure

properly.

34.11 The firm will be bound to make arrangements for availability of qualified

technical staff in hospital/site for prompt execution/coordination of after sale services.

34.12 Down time will start when the end user / staff In-Charge notifies the designated

service facility verbally or in writing to qualified technical staff of the firm stationed in

the hospital.

34.13 Down time will end once the repairs have been affected and the system is again

available for clinical use.

34.14 The firm will provide the recommended preventive maintenance schedule of

each of the equipment at the time of delivery.

34.15 The firm will bound to execute the installation/maintenance according to the

installation/service protocol and will replace the components/kits recommended by the

manufacturers for installation and periodic preventive maintenance.

34.17 Remote service via modem shall be preferred if provided by the manufacturer to

pick-up early faults at no cost to the hospital.

44

PART-II

SECTION-I. BID DATA SHEET The following specific data for the goods to be procured shall complement, supplement, or amend the

provisions in

The Instruction to Bidders (ITB) Part-I. Whenever, there is a conflict the provisions herein shall prevail

over those in ITB.

ITB 1.1 Name of Procuring Agency: THQ HOSPITAL KALLAR SYEDAN, Primary &

Secondary Healthcare Department, Government Of Punjab.

ITB 1.2 Package 1: Procurement of Stationary Items

ITB 1.3

Name of Purchaser:

Procuring Agency THQ HOSPITAL KALLAR SYEDAN.

ITB 1.4

For clarification purposes, the Employer’s address is:

Kallar Syedan Road, THQ HOSPITAL KALLAR SYEDAN, Dist. Rawalpindi

Phone # 051-3201101

ITB 1.5 Language of the bid-English

BID PRICE AND CURRENCY

ITB 2.1

The price quoted shall be Delivered Duty Paid at the following locations in accordance

with the schedule of requirements including the delivery charges:

Kallar Syedan City, District Rawalpindi (Punjab).

ITB 2.2 The price shall be in Pak Rupees and shall be fixed.

PREPARATION AND SUBMISSION OF BIDS

ITB 3.1

c. Certificate of incorporation of bidder’s firm showing its location and the date

of registration etc.

d. NTN and GST Registration Certificate.

ITB 3.2

Audited Balance Sheet or Bank Statement for the last financial year (1stJuly 2019 till

30thJune 2020)

COMPLETE INCOME TAX RETURN OF YEAR 19-20

ITB 3.3

Qualification Requirements. In addition toITB13.1,ITB13.2 and ITB13.3 (b),

potential bidder must also fulfill the following:-

e) The bidder must be a Manufacturer or an Authorized Dealer for sales &

service continuously from last one-year.

f) List Of Employees

45

g) Past Supply Orders

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. 2Million.

j) One year business history with government/autonomous institutions.

k) Authority Letter from the bidder company authorizing the relevant person

to represent the company.

l) If an agent submits bids on behalf of more than one manufacturer, unless

each such bid is accompanied by a separate bid form for each bid, and a bid

security, when required for each bid and a valid authorized dealership

certificate from the respective manufacturer, all such bids will be rejected as

non-responsive

ITB 4.1 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

ITB 5.1

Amount of Bid Security Package name Estimated cost & Bid security

Framework Contract of Stationary

Items

2% of Estimated Cost

(Rs. 0.4 million)

ITB 6.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 7.1 Number of Copies: Original along with one copy of the bid. Bids must be

accompanied by unit price and total price.

ITB 8.1 Address for Bid Submission: Tehsil Head Quarter Hospital, Kallar Syedan,

Rawalpindi.

ITB 9.1 Deadline for Bid Submission: 18-02-2021 at 10:00AM.

ITB 10.1 Time, Date and Place for Bid Opening: 18-02-2021 at 10:30AM in the office of The

Medical Superintendent, THQ HOSPITAL Kallar Syedan.

ITB 11.1 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total price offered

by the qualified responsive bidder.

ITB 12.1 Percentage for quantity increase or decrease: 15% of total contract value also

extendable for Three (03) months after the completion of Financial Year 2020-21.

46

SECTION-II. SCHEDULE OF REQUIREMENTS The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of delivery

required.

DELIVERYSCHEDULE

Packages

Location

Item

Delivery Period from the

date of Notification of

Award/Supply Order

Package: 3 THQ

Hospital Kallar Syedan

Stationary Items

Supply order will be issued

on requirement and the supply period is 01 week

6. All store supplies should be made within the mentioned time.

7. However, 05 days grace period may be granted upon written request to the procuring agency.

8. If the firm fails to supply the store even after grace period LD will be charged after mentioned

delivery period as per supply order.

9. If the firm fails to supply the stores within 10 days the contract/supply order will be treated as

cancelled.

10. In case of emergency and ordinary daily used medicines, supply shall be made immediately;

otherwise order should be considered cancelled if not delivered within 24hours.

Mode of Penalty No Penalty Imposition Penalty Imposition

With penalty @ 0.5% per day after

delivery period mentioned in Purchase

Order.

Up to delivery period as

mentioned in purchase order

After delivery period on daily

basis

For daily use ordinary and Emergency

Medicines

Immediate Supply as per

Demand

After 24 Hours of purchase

order

47

SECTION-III. TECHNICAL SPECIFICATIONS

TECHNICAL EVALUATION OF THE TENDER

All the procurement procedures will be done strictly in accordance with the PPRA Rules 2014

(Amended to date). Single stage/Two envelope bidding procedure shall be applied. The envelope

shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in

legible letters. Envelopes shall then be sealed in an outer envelope. The financial proposal of bids

found technically non-responsive shall be returned un-opened to the respective bidders. The inner

envelops shall also indicate the name and address of the bidder.

The envelope must also clearly show the bid title and bidder’s name and address. Failure to comply

with this requirement may result in rejection of the bid and the committee decision in this regard

shall be final. Bids submitted after the prescribed time shall not be entertained.

Only technical proposal will be opened by the tender opening committee. The financial proposal will

be opened by tender opening committee of responsive / technically successful bidders later on the

declared time, place and date. Financial proposal of the non-responsive/technically unsuccessful

bidders will be returned as such to them on that date without opening their financial offers as per

PPRA Rules 2014.

All the pages of technical & financial bids should be marked as page no.

Substandard, broken seal & substituted bids will not be acceptable.

Bids shall remain valid for a period of three months after opening of technical bid. A bid valid for

shorter period shall be rejected as non-responsive. Extendable equal to the period of the original bid

validity.

Facility of the supplies must be available round the clock; 24/7 without any delay. No external factor

such as strikes may affect the supply. In case of delayed supplies, 0.5% per day Late Delivery

charges will be imposed. In case of consistent late supplies, the procuring agency of this hospital may

reconsider the agreement of the LP which can include into cancellation of the contract.

Contract will be awarded to the tenderer offering highest discount to the hospital.

The validity of the contract will be till 30.06.2021, extendable for Three (03) months.

For the calculation of maximum retail price of those items where price is not printed on the product

the retail price will be finalized after survey

The supplier/ tenderer back ground should be financially sound, based on authentic bank statement.

The price of general store items shall in no way be more than the market prices (retail price) and

discount offered by the bidders to the hospital will based on its maximum retail price.

AMOUNT OF BID SECURITY

Submit a bid security mentioned in the tender notice against each package.

Samples:

Samples will be submitted for local or china made items and sample verification committee will

evaluate the samples.

Those firms, who failed to submit samples, will be considered technically non-responsive.

48

CLARIFICATION OF BIDS:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the

procuring agency may seek and accept clarifications to the bid that do not change the substance of the

bid.

LIMITATION ONNEGOTIATION’S:

There shall be no negotiations with the bidder.

REJECTION OF BIDS:

The authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

ACCEPTANCE OFBIDS:

The bidder with the highest discount/lowest price, if not conflict in any other law, rules, regulations

or policy of the Government of Punjab, shall be awarded the procurement award.

PERFORMANCE GUARANTEE:

The successful bidder shall furnish performance security of 5% of total estimated budget. The

performance security shall be deposited in the shape of cash deposit receipt, Bank Guarantee,

Demand Draft valid for at least Two years.

QUALIFICATION OF SUPPLIERS & CONTRACTORS: Procuring Agency at any stage of the

procurement proceedings, may require the suppliers or contractors to provide information concerning

their professional, technical financial, legal or managerial competence whether already prequalified or

not. (Valid for all Packages)

NO OFFER WILL BE CONSIDERED IF IT:

i. Is submitted without call deposit by registered firm in the name of Medical Superintendent

THQ Hospital, Kallar Syedan.

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous.

v. Is overwritten.

vi. Is conditional.

vii. Is given by the firm black listed, suspended or removed from the approval list of the Health

Department Government of Punjab, Autonomous Health Institutions or by the Federal

Government.

viii. Is received with a validity period shorter than that required in the tender inquiry.

ix. Does not conform to the general conditions of the tender inquiry.

x. Is received without earnest money as specified in the tender.

All the pages of tender must be signed & stamped properly at the bottom.

Successful bidder is bound to supply the full ordered quantities of all desired brands except those,

49

who are actually not available in the market.

INSPECTIONS & TEST/ANALYSIS:

The supplier will be responsible for free replacement of stocks if found not of the same

specifications as required on the demand from day to day basis. In case of non-supply the same will

be purchased from the local market and the amount will be deducted from the bills of contractor

pending in the purchase department.

In case of any dispute the decision of the Medical Superintendent/Grievance Committee of THQ

HOSPITAL KALLAR SYEDAN, will be final

Individual prices with the company / brand name must be mentioned in that list and submit that list

with financial proposal.

Multinational/Branded companies are preferred on local and china companies.

Stationary Items

PRICE SCHEDULE

Sr

no Item Name

Tentative

quantity

Comments Price offered

per unit 1.

Permanent Marker Blue 150Nos Piano / Dollar, Sample

required

2. USB 16GB 20Nos

HP / Kingston, Sample

required

3. Plain Register (100 pages) 150Nos

Sample required

4. Computer Paper A4 Size 70

gram 200 rims

Copy Mate Plus ,Sample

required

5. Computer Paper A4 Size 68

gram 100 rims

Copy Mate Plus, Sample

required

6. Computer Paper LegaL Size

(70 gram) 100 rims

Copy Mate Plus, Sample

required

7. Computer Paper LegaL Size

(68 gram) 50 rims

Copy Mate Plus,Sample

required

8. Common Pin 50 Box

Sample required

9. Calculator 10 Nos

Citizen / Casio ,Sample

required

10. Highlighter (different colors) 100 Nos

Sample required

11. Permanent Black Marker 100 Nos

Piano / Dollar, Sample

required

12. Carbon paper A-4 size 200 Nos

Good Quality,Sample

required

13. File Cover D-Ring 100 Nos

Best Quality,Sample

required

14. File Tage 10 set

Sample required

50

15. Led Pencil with rasers 100Nos

My Pencil or

Equivalent, Sample

required

16. Ball Points blue 1000 Nos

Piono, Dollar or

Equivalent, Sample

required

17. Ball Points black 100 Nos

Piono, Dollar or

Equivalent, Sample

required

18. Ball Points Red 100 Nos

Piono, Dollar or

Equivalent, Sample

required

19. Scotch tape holder 05

Sample required

20. Ball Point Signo (Blue) Gel 250 Nos

Uni-ball (Signo-

Japan),Sample required

21. Ball Point Signo (red) Gel 100 Nos

Uni-ball (Signo-

Japan),Sample required

22. Ball Point Signo (black) Gel 50 Nos

Uni-ball (Signo-

Japan),Sample required

23. Scotch tape 2 inch 20 Nos

Best Quality,Sample

required

24. Board Marker (Black) 30 Nos

Best Quality,Sample

required

25. Gum stick (Medium size) 50 Nos

UHU or

Equivalent,Sample

required

26. Box Files Imported

(Different color) 200 Nos

Best Quality,Sample

required

27. File Cover

500 Nos

Sample required

28. Blue ink for stamp pad 20 Nos

Best Quality, Sample

required

29. Page cutter (good quality) 10 Nos

Best Quality, Sample

required

30. Paper clips 50 box

Best Quality, Sample

required

31. Scotch tape small (roll off 12) 10

Best Quality, Sample

required

32. Pencil sharpner fine 20 Nos

Best Quality, Sample

required

33. stiky notes 3x3 (100/pack) 100 packs

Best Quality, Sample

required

34. stapler pin remover 20 Nos

Best Quality, Sample

required

35. Foot ruler steel 20 Nos

Best Quality, Sample

required

36. White correcting fuid pen 100 Nos

Best Quality, Sample

required

37. Enevelop size 8x10 (pack of

100) 20 Nos

Best Quality, Sample required

38. Enevelop size 11x15 (pack of 05Nos

Best Quality, Sample

51

100) required

39. Enevelop size Large size

(pack of 100) 05Nos

Best Quality, Sample

required

40. Enevelop A4 size (pack of

100) 10 Nos

Best Quality, Sample

required

41. stapler standard size 50 Nos

Dux/ Dollar or

Equivalent, Sample

required

42. Stapler large heavy duty 02Nos

Dux/ Dollar or

Equivalent, Sample

required,Sample /

Brochure required

43. stapler pin (standard size) 500 Pack

Dollar or Best Quality,

Sample required

44. stapler pin large heavy duty 20 pack

Dollar or Best Quality,

Sample required

45. stamp pad ink 20 unit

Dollar Best Quality,

Sample required

46. Binding tape (3mm) 50 Nos

Best Quality, Sample

required

47. punching machine 2 hole 05Nos

Best Quality, Sample

required

48. Dispatch register (100 pages) 10 Nos

Best Quality, Sample

required

49. standard Notice board 3x4 02Nos

Best Quality, Sample

required

50. Page holer 02 Nos

Best Quality, Sample

required

IMPORTANT NOTE: Items for which samples & brochure are needed must be submitted along with bid

submission.

No bid will be accepted without samples.

52

CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER

Technical Evaluation

Sr. # DOCUMENTS NEEDED

1 Original receipt for purchase of tender

2

Copy of Bid Security amounting

2 % of total estimated cost in the shape of CDR issued from any scheduled bank of Pakistan in

the form of bank draft/CDR in the favor of Medical Superintendent

THQ Hospital Kallar Syedan, District Rawalpindi.

3 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender documents and PPRA

rules 2014 (Amended 2016)

4 Certificate of free replacement on firm’s letter pad.

6 Valid National Tax Number & Sale Tax Number

7 An affidavit on stamp paper of Rs.100/- submitting following clauses: i) that the firm / bidder

is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.

8 Attested copy of CNIC of the Owner/ Directors/Partners

9 Good practice certificate issued by any Procuring Agency

FINANCIAL EVALUATION

Sr. # DOCUMENTS NEEDED

1 Financial Proposal (Price Schedule) on letter pad of the firm. Financial Bid must be accompanied by

unit price and total price.

2 Bid Security (ORIGINAL)

53

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, viz., [brief description of goods and services] and has

accepted a bid by the Supplier for the supply of those goods 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 offered discounts shall be from the maximum retail prices of items fixed by the Government of the

Pakistan or Manufacturers (where government has permitted to do so) or sole importers.

3. The supplier/tenderer shall ensure availability of wide range of items including those contained in hospital

trend list In case of default, the Hospital administration may take appropriate action including fine to be decided

by hospital administration.

4. The supplier will be responsible for free replacement of stocks if found not of the same specifications as

required on the demand from day to day basis. In case of non-supply the same will be purchased from the local

market and the amount will be deducted from the bills of contractor pending in the purchase department.

5. The successful bidder shall furnish performance security 5% of total estimated budget in addition to bid

security already deposited by the firm. The performance security shall be deposited in the shape of cash deposit

receipt.

6. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of THQ Hospital

Kallar Syedan, District RWP, will be final.

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)

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

54

BID FORM

To: _ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned,

offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum

of [Total Bid Amount__________________, [Bid Amount in words___________________ or such other sums

as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

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

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

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

SUPERINTENDENT, THQ HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period

specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the

expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written

acceptance thereof and your notification of award shall constitute a binding Contract between us.

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

receive.

Name and address ____________________________

Amount ______________________

(If none, state “none”).”

Dated this ____________day of 20___________.

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

55

AFFIDAVIT

ON STAMP PAPER OF RS 100/-

I/We, the undersigned solemnly state that:

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

The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding

documents.

The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The

undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or Agent related

to this bid or award or contract.

The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

The undersigned are bound to Replacement of unconsumed / expired / substandard spurious drugs / stocks free of

cost,

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

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________

Stamp_____________

56

PERFORMANCE GUARANTEE

After winning the bid

To: MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN.

Whereas [Name of Supplier_____________________________] (hereinafter called “the Supplier”) has

undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter

called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank

Guarantee by a scheduled bank for the sum of 5% of the total contract amount as a Security for compliance

with the Supplier’s performance obligations in accordance with the Contract.

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

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a

total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any

sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to

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

This guarantee is valid until the____________ day of________,

Signature and Seal of the Guarantors/ Bank:

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________Stamp___________________

57

BID SUBMISSION FORM LETTER OF INTENTION

TO

THE MEDICAL SUPERINTENDENT

THQ HOSPITALI KALLAR SYEDAN.

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the

undersigned, offer the following Rate/items .We undertake, if our bid is accepted, to deliver the goods in

accordance with the delivery schedule specified in the Schedule of Requirements, we shall furnish a Performance

Guaranty/Security in the shape of Call Deposit (CDR) in the name of Medical Superintendent THQ HOSPITAL

KALLAR SYEDAN equivalent to 5% of the total Contract amount. We agree to abide by this bid for a period of

FY 2020-21 from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon

us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and

executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a

binding Contract between us. We understand that the Procuring Agency is not bound to accept the highest or any

bid, Procuring Agency may receive.

Name of the bidder ___________________

Father, s Name_______________________

Address of bidder / Firm_______________

NIC #______________________________

Designation. _________________________

Signature ___________________________

Stamp_____________________________

SUPPLIER /VENDOR CERTIFICATE

I/we have read all the instructions in the bidding documents including special instructions and

further abide by rules as laid down in the bidding documents

Name of the tenderer: __ _ _

Sign of tenderer ________________________

Designation of tenderer: __ _______

Postal address_____________________________

Telephone Number_________________________

CNIC number______________________________

NTN number ___________________

Sign &Stamp ___________________

58

Format of Power-of-Attorney for

To be submitted with technical proposal

POWER OF ATTORNEY

(On Stamp Paper of relevant value)

Know all men by these presents, we (name of the company and address of the registered

office) do hereby appoint and authorize Mr. (full name and residential address) who is

presently employed with us and holding the position of as our attorney, to do in our name and on

our behalf, all such acts, deeds and things necessary in connection with or incidental

to our proposal for (name of the project) in response to the tenders invited by the (name of the

Procuring agency) including signing and submission of all documents and providing

information/responses to (name of the Procuring agency) in all matters in connection

with our Bid.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney

pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney

shall and shall always be deemed to have been done by us.

Name of the Attorney ___________________

Title and address __________________

Address of bidder / Firm___________________

CNIC #____________________

Designation._________________________

Signature ___________________

Stamp_________________

59

To be attached on legal stamp paper with technical bid

AFFIDAVIT (Integrity Pact)

We ______ (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr.

/Ms. ____________________ (If participating through agent / representative) is the agent /

representative duly authorized by _(Name of the bidder company)_ hereinafter called the

Contractor to submit the attached bid to the _(Name of the Procuring agency)_. Affiant further

states that the said M/s (Bidding Firm/Company Name) has not paid, given or donate or agreed to

pay, given or donate to any line officer or employee of the _(Name of the Procuring agency)_ any

money or thing of value, either directly or indirectly, for special consideration in the letting of the

contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation

and selection of the bidder for contract or for refraining from properly and thoroughly

maintaining projects implementations, reporting violation of the contract specification or other

forms of noncompliance.

[The Seller/Supplier/Contractor] certifies that it has made and will make full disclosure of all

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

Procuring agency and has not taken any action or will not take any action to circumvent the above

declaration, representation or warranty / support. The Seller/Supplier/Contractor certifies that it

has made and will make full disclosure of all agreements and arrangements with all person in

respect of or related to the transaction with the Procuring agency and has not taken any action or

will not take any action to circumvent the above declaration, representation or warranty / support.

[The Seller/Supplier/Contractor] accepts full responsibility and strict liability for making any false

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

defeat the purpose of this declaration, representation and warranty/support. It agrees that any

contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid

shall, without prejudice to any other right and remedies available to the Procuring agency under

any law, contract or other instrument, be voidable at the option of Procuring agency.

Notwithstanding any rights and remedies exercised by the Procuring agency in this regard, [the

Seller/Supplier/Contractor] agrees to indemnify the Procuring agency for any loss or damage

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

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

bribe, finder’s fee or kickback given by [the Seller/Supplier/Contractor] as aforesaid for the

purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or

other obligation or benefit in whatsoever form from the Procuring agency.

______________________

Signature & Stamp

Subscribed and sworn to me this day of 20_____

60

BIDDING DOCUMENT

TEHSIL HEAD QUARTER HOSPITAL KALLAR SYEDAN, DISTT.RAWALPINDI

PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT, PUNJAB

Framework Contract for Purchase of Medicines, Surgical

and Disposable Items from Zakat Fund in THQ Hospital

Kallar Syedan

For The FY. 2020-2021

61

TENDER NOTICE

The Medical Superintendent THQ HOSPITAL Kallar Syedan invites sealed bids from eligible/interested bidders, authorized distributers, Registered Pharmacies/Chemists/Druggists having a valid drug sale license for supply of drugs/medicines/surgical and Disposable items for

framework contract of LP medicines from Zakat fund for the FY. 2020-21.

S# NAME OF TENDER BID SECURITY

(2% of Estimated Cost )

LAST DATE & TIME OF SALE OF TENDER

Last Date & Time Of

Receiving Of Tender

DATE &TIME OF OPENING OF TENDER

01

Frame work Contract for Local Purchase Of

Medicine, Surgical & disposable items from

ZAKAT Fund

2% of Estimated Cost(Rs.0.4M million)

17-02-2021

at 01:00PM

18-02-2021

at 10:00AM

18-02-2021 at

10:30AM

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

procedures specified in the Punjab Procurement Rules PPRA 2014 (amended up to 2020), and is open to all eligible bidders as defined in the bidding document.

Interested eligible bidders may obtain bidding documents and further information from the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written application along with payment of non-refundable fee of PKR/- 1000/- (One thousand only). Bidding documents can be obtained from office of Procurement Officer, THQ Hospital Kallar Syedan at the mentioned time and date.

Biding documents are also available on Punjab Procurement Regulatory Authority website (www.ppra.punjab.gov.pk) until the closing date for the submission of bids.

Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the below mentioned office within the closing date.

Bids will be opened in the presence of bidders’ representatives who choose to attend at mentioned time on the same date in the Office of The Medical Superintendent THQ Hospital Kallar Syedan on the closing date.

The bidders are requested to give their best and final prices as no negotiations are expected. Taxes will be deducted as per applicable government rules. Drugs Sale License, NTN and Sales Tax registration certificate must be provided.

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

MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN

Government of Punjab Tel: 051-3201101

62

Check List The provision of this checklist is essential prerequisite along with submission of

tenders.

SR. DETAIL YES / NO

KNOCKOUT CLAUSES

01 Original receipt for purchase of tender.

02 Valid National ID Card (NADRA)

03

Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank

draft/CDR (copy must be in Technical Offer and Original must be in Financial Offer)

04 Valid Drug Sales License (Category-A)

GENERAL CLAUSES SR. DETAIL Marks 01 Attested copy of CNIC of the Owner/ Directors/Partners 10

02 Acceptance of terms and conditions of tender documents duly signed and stamped on letter head.

10

03 An affidavit on stamp paper of Rs.100/- submitting following clauses:

i) that the firm / bidder is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.

10

04 Minimum one year experience regarding supply of Medicine, Surgical

& Disposable Items to Government / Autonomous institutions. 10

05 Discount/Price should not be mentioned on technical bid. 10

06 Bank statement / Balance sheet of last one year 10

07 Valid National Tax Number & Sales Tax Number 10

08 Good practice certificate 10

09 Attested copy of CNIC of the Owner/ Directors/Partners 10

10 Company / Suppliers/Pharmacy profile including detail of managerial

staff (Name, address, Tel. No.) 10

Total 100

Note: Passing marks for tender are 70

63

Invitation for Bids

The Medical Superintendent THQ HOSPITAL Kallar Syedan invites sealed bids from

eligible/interested bidders, authorized distributers, Registered Pharmacies/Chemists/Druggists having a valid drug sale license for supply of drugs/medicines/surgical and Disposable items for

framework contract of LP medicines from Zakat fund for the FY. 2020-21.

Sr. no. Detail Tender fee Bid security Bid opening date

1.

Frame work Contract for Local Purchase Of Medicine, Surgical & disposable items from ZAKAT

Fund

Rs. 1000/-

2% of Estimated Cost(Rs.0.4M

million)

18-02-2021 at

10:30AM

ESTIMATED COST 0.4 Lac 1) Separate Bids will be given for following Medicines on basis of maximum Discount

from retail price.

I. Multinational companies

II. National Companies Medicines

III. Disposable Surgical Items

2) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two

envelope) procedures specified in the Punjab Procurement Rules PPRA 2014 (amended

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

3) Interested eligible bidders may obtain bidding documents and further information

from the office of undersigned on submission of written application along with

payment of non- refundable fee of RS. 1000/- (One thousand rupees only).

4) Biding documents are also available on Punjab Procurement Regulatory

Authority website (www.ppra.punjab.gov.pk) until the closing date for the

submission of bids.

5) Bidding Documents must be accompanied by a Bid Security valid for 120 days

as mentioned above in the form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.

6) Bids will be submitted before 10.00 am till 18-02-2021 and will be opened in the presence of bidders’ representatives who choose to attend on same day 18-02-2021 at 10:30 a.m.in the Office of The Medical Superintendent THQ HOSPITAL KALLAR SYEDAN on the closing date.

64

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

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

9) Drugs Sale License, NTN / Sales Tax registration certificate must be provided.

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

Contact

MEDICAL SUPERINTENDENT

THQ HOSPITAL KALLAR SYEDAN

Government of Punjab

Tel: 051-3201101

SPECIAL STIPULATIONS (BID DATASHEET)

For ease of Reference, certain special stipulations are as under:

Reference Description Details

Clause 2.1.2

Last date and time for

18-02-2021 till 10:00am the Submission of

bidding doc.

Clause 2.1.3

Date, time and venue of opening of bid

18-02-2021 till 10:30am at THQ Hospital Kallar syedan

Clause 5.4 Language of bid English

65

Clause 3.11

Bid Security (Earnest Money)

The Contractor shall furnish the

Bid Security (earnest Money) as

under:

• in the form of Demand Draft/ Pay Order/

CDR/Bank guarantee/pay order, in the

Name of the Medical Superintendent, THQ Hospital Kallar Syedan; i.e. 2% /- of estimated cost. denominated in Pak

Rupees;

• Have a minimum validity period of

120 days from the last date for

submission of the Tender or until

furnishing of the

Performance Guarantee, whichever is

Later.

Clause 3.10

Bid Price

Should be best and final prices including

all applicable taxes as no negotiations

on the prices are allowed

Clause 3.12 Bid validity period 120 Days

Clause 1.3 Bidding procedure Single stage - Two Envelop Procedure

Clause 3.19 Performance

Guarantee 5% of bid/contract value

Clause 5.7

Time

Period/Deliverabl

e

• The contactor shall complete the order

Within Seven (07) days after issuance of

Acceptance Letter/Singing of contract.

Clause 2.1.9

Contact Person

for

Communication:

Medical

Superintendent,

Procurement Officer,

THQ Hospital Kallar Syedan

66

THQ HOSPITAL KALLAR SYEDAN

For the Financial year

2020-21

Terms& Conditions

1. Sealed offers are invited from interested firms/agencies of repute with

financially sound background involved in running institutional Pharmacy

business/Chain of Pharmacies in Punjab having a valid Retail drug sale license

for supply of drugs/medicines/surgical Disposables etc. for Tender should be

sent in the name of the Medical Superintendent, THQ HOSPITAL Kallar Syedan

along with the following documents.

2. All the Procurement procedures will be done strictly according to the PPRA Rules, 2014.

Single stage/Two envelope bidding procedure shall be applied. The Envelops

shall be marked as “TECHNICAL” and other as “FINANCIAL PROPOSAL”.

67

3. Facility of the supplies must be available round the clock.

4. Contract will be awarded to the tenderer offering highest discount to the Hospital.

5. The offered discounts shall be from the maximum retail prices of medicines fixed

by the Government of the Pakistan or Manufacturers (where government has

permitted to do so) or sole importers. Offers can be given on the basis of,

i. Products of National Pharmaceuticals

ii. Products of Multinational Pharmaceuticals

iii. Surgical Disposables/implants etc.

6. For the calculation of maximum retail price of those items where price is not

printed on the product the retail price will be finalized after survey.

7. In case the contracting firm offer less discount in comparison to discount offered to

other institutions / hospitals situated in Punjab the difference will be automatic deducted

and adjusted in the bill, however if any excess amount is paid, the same will also be

deducted from the pending bill or security of the side firm.

8. The tenderer must have the drug sale license and should have the

comprehensive storage facilities for drugs/medicines.

9. The Pharmacies/Chemists/Druggists must be situated within the 2-km radius of the

hospital.

10. The contractor will provide an authentic price list of medicines if and when required for

verification of bill. Moreover, the contractor will bound to provide the invoice of this source

of purchase if and when required along with the warranty that these do not contravene

any provision of section 23 of Drugs Act,1976 and rules framed there under.

11. The supplier/tenderer background have financially sound, based on authentic bank statement.

12. The contractor shall be solely responsible for provision and stocking of quality

medicines at all times strictly in accordance with the provision of the drug act 1976 and

drug sales rules 2007/DRAP Act 2012 and will be responsible for the quality/quantity of

drugs supplied by him/her.

13. The contractor will be bound to supply the required brand of all drugs / medicines

recommended by this hospital. In case contractor provides brand of his own choice of

68

higher rates than that of demanded brand, the extra amount will be adjusted to the value

of recommended brands accordingly.

14. All the bidders are required to provide complete documents in compact file for their

assessment of qualification as prescribed under the rules. Only the firms which will be declared

qualified by this hospital committee will be entertained in the further contract proceeding.

15. The price of medicines/surgical disposable item shall in no way be more than the

market prices (retail price) and the discount offered by the bidders to the hospital will be

based on this maximum retail price.

16. The contractor will submit the bills on monthly basis for payment.

17. Deduction of income tax will be made as per prescribed rules.

18. In case contractor fails to supply the ordered items on the same day, purchase

will be made firms risk and cost from the open market.

19.

20. Clarification of bids:

No bidder shall be allowed to alter or modify his bid after the bids have been opened. However,

the procuring agency may seek and accept clarifications to the bid that do not change the

substance the bid.

21. Limitation on negotiation’s:

There shall be no negotiations with the bidder.

22. Rejection of bids:

The authority may reject all bids or proposals at any time prior to the award of contract without

assigning any reason.

Any consignment of medicine/disposables items not acceptable as regards quality to the end user

MS/doctor/pharmacist shall be refused partially /full quantity and contractor shall replace the same

immediately.

23. Acceptance of bids:

The bidder with the highest discount, if not conflict in any other law, rules, regulations or policy

of the Government of Punjab, shall be awarded the procurement award.

24. Performance Guarantee:

The successful bidder shall furnish performance security 05 % of total estimated budget.

The performance security shall be deposited in the shape of CDR/Pay order/Bank

guarantee.

69

25. Qualification of suppliers and contractors:

A procuring agency, at any stage of the procurement proceedings, may require the suppliers or

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

managerial competence whether already prequalified or not.

26. NO OFFER WILL BE CONSIDERED IF IT;

i. Is received after the date and time fixed for its receipt.

ii. Is unsigned.

iii. Is not typed on the letter head.

iv. Is over written

v. Is conditional

vi. Is given by the firm black listed, suspended or removed from the approval list of

the Health Department Government of Punjab, Autonomous Health institutions or

by the

vii. Is received with a validity period shorter than that required in the tender inquiry.

viii. Does not conform to the general conditions of the tender inquiry.

ix. Is received without earnest money as specified in the tender.

27. Procuring agency may terminate the contract at any stage without giving any

reason and it is not challengeable in any court of law at any stage.

28. Successful bidder is bound to supply the full ordered quantities of all the

desired brands except those, which are actually not available in the market.

29. Inspections and test/Analysis: The supplier will be responsible for free

replacement of stocks if the same is not to be found of the same specifications as required

on the demand from day to day basis, in case of non-supply the same will be purchased

from the local market and the amount will be deducted from the bills of contractor pending

in the purchase department. Unregistered/substandard/spurious/misbranded expired drug

will be forfeited by the hospital authorities and legal action will be taken against the

Contractor. The contractor shall be refused for providing standard quality medicines/

disposable/items. At any stage procuring agency can purchase items from other contractor

during this time period without informing the contractor.

30. Bills will be submitted on monthly basis.

31. In case of any dispute the decision of the Medical superintendent/ Grievance

Committee of THQ HOSPITAL Kallar Syedan will be final. This contract is not

challengeable in any court of law.

70

Financial Proposal/ Price Schedule

Sr. No

Item/Description Discount % (In figures)

1.

Products of National

Pharmaceuticals

2.

Products of Multinational

Pharmaceuticals

3. Surgical/ Disposable

Items

Signature of Tenderer with Stamp and Date

71

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, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those goods 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 offered discounts shall be from the maximum retail prices of Items fixed by the Government of the Pakistan or Manufacturers (where government has permitted to do so) or sole importers. 3. The supplier/tenderer shall ensure availability of wide range of items/medicines including those contained in hospital trend list& PMF 2018-19. No alternate shall be acceptable. In case of default, the Hospital administration may take appropriate action including fine to be decided by hospital administration. 4. The supplier will be responsible for free replacement of stocks if found not of the same specifications as required on the demand from day to day basis. In case of non-supply the same will be purchased from the local market and the amount will be deducted from the bills of contractor pending in the purchase department. 5. The successful bidder shall furnish performance security 5% of total estimated budget in addition to bid security already deposited by the firm. The performance security shall be deposited in the shape of cash deposit receipt. 6. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of THQ Hospital Kallar syedan, District RWP, will be final.

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)

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

72

BID FORM

To: _ [Name and address of Procuring Agency] Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount__________________, [Bid Amount in words___________________ or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT, THQ HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive. Name and address ____________________________ Amount ______________________ (If none, state “none”).” Dated this ____________day of 20___________. Signature (in the capacity of) duly authorized to sign bid for and on behalf of. Attachment.

73

ON STAMP PAPER OF RS 100/-

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

Name of the bidder ___________________ Father, s Name__________________

Address of bidder / Firm___________________ NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

ON STAMP PAPER OF RS 100/

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

Name of the bidder ___________________ Father, s Name__________________

Address of bidder / Firm___________________ NIC #____________________

Designation._________________________ Signature ___________________

Stamp_________________

74

PERFORMANCE GUARANTEE

After winning the bid

To: MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN.

Whereas [Name of Supplier_____________________________] (hereinafter called “the Supplier”)has undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter

called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank

Guarantee by a scheduled bank for the sum of 5% of the total contract amount as a Security for compliance

with the Supplier’s performance obligations in accordance with the Contract.

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

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a

total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first

written demand declaring the Supplier to be in default under the Contract and without cavil or argument,

any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or

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

This guarantee is valid until the____________ day of________,

Signature and Seal of the Guarantors/ Bank:

Name of the bidder ___________________

Father, s Name__________________

Address of bidder / Firm___________________

CNIC #____________________

NTN____________________

Designation._________________________

Signature ___________________Stamp__________________