tender for the financial year 2020-2021 terms & … · b. a successful bidder, to whom...

99
Sahiwal Medical College and Attached Hospitals Sahiwal Page 1 of 33 TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & CONDITIONS OF FRAME WORK CONTRACT FOR THE PURCHASE OF MEDICINES, SURGICAL DISPOSABEL & DIALYSIS ITEMS, SUTUR;’’ES AND DRESSING ITEMS FOR THE YEAR 2020-21 Price of purchase of tender documents Rs. 1000/- (Non-refundable). Tenders are invited from the manufacturers/ importers / foreign Principal pals or their sole agents, duly registered with the Health / Income Tax & Sales Tax Department of the Government (Federal/Provincial) on the conditions laid down in PPRA Rules 2014. The manufacturer/ importer/ foreign Principal can participate in the tender through their distributors/sole agents. The stores / items will be purchased as per list enclosed. 1. Submission of Bids: - Bids will be submitted in sealed package (Single stage - two envelopes method) the sealed package will contain two sealed envelopes. One envelope will bear “TECHNICAL PROPOSALand the 2 nd bear “FINANCIAL PROPOSAL” Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly. All Technical Proposals will be opened by the Purchase Committee, Sahiwal Medical College Sahiwal on the schedule time, place & date. The Financial Proposals will be opened by Purchase Committee, Sahiwal Medical College Sahiwal of responsive / technically successful bidders later, on schedule time place & date. Non-responsive / technically rejected financial proposals will not be announced and will be returned back to the respective firms. 2. Validity Period: The tender will be valid for the Financial Year 2020-21 from the date of opening of the tender till the expiry of total tender period. (30.06.2021), KNOCK OUT CLAUSES (COMPULSORY PARAMETERS) Note: Any offer not received as per following terms & conditions of the tender is liable to be ignored. i. Drug manufacturing / sales license. I- Valid drug sales license issued by DRAP (formerly known as MOH) II- Valid drug sales license for importers / distributors. ii. Drug Registration Certificate (DRC). valid drug registration certificate issued by DRAP (formerly known as MOH). iii. Undertaking regarding non declaration of spurious / Adulterated batch by the DTLs of the Punjab / any competent lab of quoted item within last one year. (undertaking of judicial paper) iv. Samples submission for each quoted item is mandatory. All participating firms are bound to provide 03 samples for Technical Evaluation of quoted items within fifteen (15) days from the date of opening of Technical Proposals. In case of non-submission of samples within the time period mentioned above, the quoted items of the firm will be automatically technically knocked out / rejected. (Specification quoted in the technical offer will be verified from samples provided). v. Received without bid security being a part of Financial Proposal. vi. Received after the date and time fixed for tender. vii. The tender is unsigned & is not in two sealed envelopes marked as: - TECHNICAL PROPOSAL & FINANCIAL PROPOSAL viii. The offer is ambiguous / tempered

Upload: others

Post on 12-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 1 of 33

TENDER FOR THE FINANCIAL YEAR 2020-2021

TERMS & CONDITIONS OF FRAME WORK CONTRACT FOR THE PURCHASE OF MEDICINES, SURGICAL DISPOSABEL & DIALYSIS ITEMS, SUTUR;’’ES AND DRESSING ITEMS FOR THE YEAR 2020-21

Price of purchase of tender documents Rs. 1000/- (Non-refundable). Tenders are invited from the manufacturers/ importers / foreign Principal pals or their sole

agents, duly registered with the Health / Income Tax & Sales Tax Department of the Government (Federal/Provincial) on the conditions laid down in PPRA Rules 2014. The manufacturer/ importer/ foreign Principal can participate in the tender through their distributors/sole agents. The stores / items will be purchased as per list enclosed. 1. Submission of Bids: - Bids will be submitted in sealed package (Single stage - two envelopes method) the sealed package will contain two sealed envelopes. One envelope will bear “TECHNICAL PROPOSAL” and the 2nd bear “FINANCIAL PROPOSAL” Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly. All Technical Proposals will be opened by the Purchase Committee, Sahiwal Medical College Sahiwal on the schedule time, place & date. The Financial Proposals will be opened by Purchase Committee, Sahiwal Medical College Sahiwal of responsive / technically successful bidders later, on schedule time place & date. Non-responsive / technically rejected financial proposals will not be announced and will be returned back to the respective firms.

2. Validity Period: The tender will be valid for the Financial Year 2020-21 from the date of opening of the tender till the expiry of total tender period. (30.06.2021),

KNOCK OUT CLAUSES (COMPULSORY PARAMETERS) Note: Any offer not received as per following terms & conditions of the tender is liable to be

ignored. i. Drug manufacturing / sales license. I- Valid drug sales license issued by DRAP

(formerly known as MOH) II- Valid drug sales license for importers / distributors. ii. Drug Registration Certificate (DRC). valid drug registration certificate issued by DRAP

(formerly known as MOH). iii. Undertaking regarding non declaration of spurious / Adulterated batch by the DTLs of

the Punjab / any competent lab of quoted item within last one year. (undertaking of judicial paper)

iv. Samples submission for each quoted item is mandatory. All participating firms are bound to provide 03 samples for Technical Evaluation of quoted items within fifteen (15) days from the date of opening of Technical Proposals. In case of non-submission of samples within the time period mentioned above, the quoted items of the firm will be automatically technically knocked out / rejected. (Specification quoted in the technical offer will be verified from samples provided).

v. Received without bid security being a part of Financial Proposal. vi. Received after the date and time fixed for tender. vii. The tender is unsigned & is not in two sealed envelopes marked as: -

TECHNICAL PROPOSAL & FINANCIAL PROPOSAL viii. The offer is ambiguous / tempered

Page 2: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 2 of 33

ix. The offer is conditional. x. Offer is from a firm which is black listed, suspended, remained guilty of misconduct

or involved in unnecessary litigation with any Government Department / autonomous institutions & corporations etc.

xi. The offer is not received by telegram/fax/e-mail. xii. The offer/bid is technically rejected by T.A.C. on any ground. xiii. The offer of a product having less than one year market experience, (in case of drugs

/ medicines the market experience of at least one year as a registered drug). xiv. Income Tax & Sales Tax registration certificate (Attested copy). xv. Every participating firm will be allowed to quote only a single brand for each

advertised tender item to ensure healthy competition among the bidders. In case a firm quote more than a single brand against any advertised tender item, the firm will be automatically disqualified / knocked out for that particular quoted tender item.

xvi. Below 50% execution of contract during last financial year. xvii. All bids should be submitted in tape or ring binding. Bids with loose papers shall be

rejected straightaway. All documents should contain accurate page marking, attached in sequence as indicated for evaluation in the bidding document and signatures of authorized person. Moreover, signing and stamping of each page of bidding document/form is mandatory otherwise bid shall be rejected straightaway.

3. In case the contractor fails to execute the contract agreement strictly in accordance with the

terms and conditions laid down in the PPRA rules / contract within stipulated period, the earnest money, deposited by the firm will be forfeited and the bid will be rejected. The competent authority may consider the bid of next tenderer for acceptance in respect of that store after negotiation.

4. In case of late delivery of goods beyond the periods specified in the supply order penalty @ 2% per month (0.067% per day) of the cost of late delivered supply shall be imposed upon the supplier and deducted from the bills / invoices. However the CEO/Principal/Vice Chancellor reserves the rights to cancel contract agreement and allow further negotiations with the next lowest bidder (2nd) for the purchase of store and the purchaser may purchase from local market on risk and cost basis and the difference of price will be recovered from the bid security or from the pending claims / bills of the firm without any further notice.

BID SECURITY: 5.

i. The bidders are required to furnish bid security of 2% of estimated cost, which should be enclosed in sealed envelope of “Financial Proposal”. Bid security will be calculated from given estimated price. Bid security for not given estimated price items will be calculated by bidders according to its own quoted price. Estimated price is only for calculation of bid security.

ii. The bid security / earnest money shall be in Pakistan rupees in the form of deposit –at-call receipt (CDR) in favor of Principal Sahiwal Medical College Sahiwal from a scheduled bank.

iii. Bid security of the un-successful bidders will be returned as prompt as possible after

Page 3: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 3 of 33

completing necessary formalities. iv. The bid security will be liable to be forfeited in the following circumstances.

a. Bidder withdraws its bid during the bid validity period as specified in the bidding document.

b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or

does not furnish the requisite performance guarantee. c. The competent authority may consider the bid of next tenderer for acceptance in respect

of that stores after negotiation (if necessary).

v. The bid security of successful bidders can be adjusted to their performance guaranty after acceptance of their

bids. vi. The bidders have to furnish fresh bid security & the bid security related to previous

tenders will not be entertained.

6. The Tenderer should be required to submit his quotations on prescribed tender form

purchased from purchase cell of Sahiwal Medical College Sahiwal, receipt of which will be attached with tender document.

7. Tenders should be addressed to the Principal Sahiwal Medical College Sahiwal. 8. In case supply is not according to specification or declared sub-standard, spurious,

adulterated, misbranded etc by the physical verification committee or DTL, the firm is bound to replace the whole stock with fresh stock at his own expenses. An undertaking on judicial paper of Rs.100/- duly attested by Oath Commissioner will be given in this regard as per specifications laid down in PPRA rules. (Annex-4)

9. Firms are bound to provide additional drugs as samples free of cost of each batch to the extent required for D.T.L/ otherwise the cost will be deducted from their bill. All sterile products are also included in this section. Testing charges of the samples will be borne by the tenderer/contractor irrespective of the result of the sample.

10. The bids should be submitted on the basis of standard packing approved by Ministry of Health, Islamabad.

11. First lowest bidder shall not be allowed to withdraw his offer and bid security will not be refunded before the conclusion of the contract.

12. All terms & conditions of tender enquiry should be duly signed, stamped and attached with the offer.

13. The Performance Guarantee of successful bidder will be released on completion of contract period and production of satisfactory report from the Medical Superintendents.

DELIVERY SCHEDULE: 14. Bill of quantities to be purchased can vary as per requirement of the institution/ components.

The delivery period, will be 45 days of issuance of supply order and / or 15 days of the start of quarter concerned i.e. 2nd ,3rd and 4th quarter, as the case may be. However, the supplier may indicate its own delivery period earliest by which it will supply the goods.

15. In case of equal rates, contract can be awarded to all, holding equivalent prices simultaneously.

Page 4: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 4 of 33

16. The contractor will provide the copy of computerized National Tax Number (NTN) / Sales Tax Registration Certificate. All tax deductions will be made according to Government instructions. N.T.N. will also be mentioned on front page of the bid / tender form.

PAYMENT SCHEDULE: 17. The payments will be made to the suppliers/contractors in Pak rupees against their invoices

within 30 days from the date of completion of supplies of the respective stores subject to verification / inspection, DTL satisfactory report regarding the quality & quantity of the concerned store.

18. In case of any dispute between Hospital Administration and the supplier/ contractor, the decision of Principal Sahiwal Medical College Sahiwal shall be final and not challengeable in any court of law.

19. Printed price lists of medicines /surgical disposable items of relevant firms should be attached with the tender form.

20. Only 1st lowest bidders will be called wherever negotiation is considered necessary. 21. Attested photocopies of CNIC of tenderer / representative and other necessary documents

related to tender must be attached with the tender. 22. All offered products will be considered individually and contract will be issued after

evaluation & standardization on the recommendations of TAC and end-user.

EXPIRY REPLACEMENT: 23. The successful bidders / suppliers will be bound to replace the medicines / surgical disposable

items/other store items, on prior intimation to the supplier before expiry of the product. The replacement will be on free delivery basis at the consignee end.

24. The material should be packed in the manner as instructed by the Government in its rules

notifications and circulars issued from time to time. On all medicine items and others where necessary, validity period and following stamp with permanent & undeletable ink must be recorded.

“NOT FOR SALE” GOVERNMENT OF THE PUNJAB

SHELF LIFE 25. The shelf life in case of imported items must not be less than 75% and incase of local items

85% at the time of delivery. However, in case of imported medicines, the stores may be accepted up to 70% shelf life and in case of locally manufactured / packed drugs up to 75% at the time of supply / delivery subject to 1% penalty charges in the actual shortfall in shelf life below the approved shelf life 75% -85% for either category of medicine at the time of actual delivery supply of stores. However, in case of biological items, the shelf life upto 65% is acceptable and shelf life upto 55% is acceptable with 1% penalty charges. No medicines / drugs less than the above prescribed shelf life will be accepted.

26. The firm will supply the stores on free delivery (DHQ and GHAQ Teaching Hospital Sahiwal)

within the stipulated period at the consignee end.

Page 5: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 5 of 33

27. General / special conditions laid down in PPRA rules are also applicable. 28. All the bidders will provide three samples of medicine /surgical items for evaluation within 15

days of opening of technical bids. If samples of particular tender item required is not submitted, the bid for that particular item will not be considered. The samples will be technically scrutinized / evaluated by the Technical Advisory Committee in consensus with end users.

29. The bidders must submit their bids of best and final prices to avoid un-necessary negotiation. 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 of the bid.

30. The tenderer is required to submit the documents as per check list provided with bidding documents.

31. All prices quoted by the bidders shall be considered inclusive of all prevailing Government taxes / duties etc. However, the supplier are bound to pay Government Taxes (Income Tax, Stamp duty etc.) as imposed by the Government time to time. As per instructions issued by Health Department, Government of the Punjab vide letter No. IAW/HD/8-21/77(PG) dated 01.01.2014 all successful bidders / contractors will pay the stamp duty 25paisa for every one hundred rupees or part thereof of amount of the contract on the procurement of stores and materials. The stamp duty will be collected by the Medical Superintendents of the concerned hospitals as per quantity purchased.

32. The bidder shall submit an affidavit on judicial paper worth Rs. 100/- that the firm is not black listed on any ground by any Government (Federal / Provincial / District, a local body or a public sector organization). The bidder shall be debarred from bid on account of submission of false document if pointed out at any stage.

33. All the successful bidders are bound to supply the items awarded to them to all components of this institution.

34. The availability of the quoted items in the market must be one year or more. 35. All Purchases will be made as per Government Rules issued from time to time. 36. As per directions of the Ministry of Health Govt. of Pakistan vide notification No. 10905/2010-

DCA (DDG) dated 16-11-2010 only those manufacturers / firms will be eligible to quote the rates for disposable syringe, disposable set for collection or transfusion of blood or giving any infusion, canula, catheter, stent, auto disposable syringe and butterfly needle, who have got these products registered as medicine with Ministry of Health Islamabad.

37. All the participating bidders / tenderers are bound to provide page marking / index certificate along with the bidding documents, moreover the bidding documents must be in proper binding. In case of non-compliance of above mentioned direction the responsibility of misplacing of any document from the bidding documents will lie on the participating bidder / tenderer. The competent authority will not accept any excuse in this regard.

38. The participating bidders / tenderers must ensure they are submitting their bidding documents complete in all respects. The competent authority will not receive / accept any supporting document after the opening of the technical proposals.

39. This process is subject to the final decision made by Govt. of the Punjab, Specialized Healthcare & Medical Education Department for the items which are under process of central

Page 6: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 6 of 33

procurement. The decision made by the Government at any time during Financial Year 2020-2021 will be applicable & considered as final.

40. The Principal Sahiwal Medical College Sahiwal, has full rights to cancel all the tenders or single tender / or wave off any term & condition without assigning any reason and it cannot be challenged in any court of law.

BIDDER’S SIGNATURE AND SEAL Name: Designation: CNIC No. INCOME TAX NO. SALE TAX NO. Date: STORE:

PRINCIPAL Sahiwal Medical College

Sahiwal

Page 7: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 7 of 33

INVITATION TO BIDS

Time & Date of Submission of bids 10-08-2020 11:00 AM

Time & Date Opening the bids 10-08-2020 11:30 AM

Note: This invitation to bids is only for the goods and stores as are mentioned in this bidding

document and the tender notice published in the newspapers under the authority of Principal Sahiwal Medical College Sahiwal Whereas, The Principal Sahiwal Medical College Sahiwal, intends to procure goods, items, stores, and services by calling open tenders from the interested vendors, suppliers, dealers, manufacturers, and stockiest of such goods and services. Now, the Principal Office of the Sahiwal Medical College Sahiwal, (hereinafter also referred as the “Purchaser”) invites sealed bids from the eligible bidders for the supply of goods, stores, and services, as per the Schedule of Technical Specifications annexed to this invitation to the tenders and subject to the conditions as laid down in this bid document, in accordance with the provisions of the Punjab Procurement Rules (PPR), 2014 and amended.

1. Bidding will be conducted through a competitive bidding process as specified in the Punjab Procurement Rules, 2014 and amended will be open to all bidders who fulfill the requisite qualifications for participating in the bidding.

2. Interested bidders, who intend to participate in the tenders, can purchase a complete set of the bidding documents from the address given below by presenting a written application on their official letterhead and upon cash payment of a non-refundable fee as mentioned in the advertisement notice.

3. Bidders will submit their offers on the prescribed Bid Proforma attached to this invitation to bids and shall sign the certificate and the undertaking as given in this document to the effect that the stores shall be supplied exactly in accordance with the requirements specified in the tender document. In case of any difference or deviation of the specifications, the bidder shall clearly state it in his bid papers; otherwise it will be presumed that the offer is strictly in accordance with the requirements and specifications of the Purchaser.

4. Bids must be submitted to the address below within the specified time in the specified manner. Bid received after the cut-off time and date will not be entertained.

5. The validity of the received offers will be for 90 days after opening of Technical Bid.

6. Place of consignment and the delivery period shall be as specified in the supply order issued to the successful bidder(s) and the contract agreement, if any.

7. Failure to submit the bid in the manner prescribed in this invitation to bids may result in rejection of the bid.

Page 8: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 8 of 33

8. The Purchaser reserves the right of accepting a bid in accordance with his evaluation criteria. Bill of quantities to be purchased can vary as per requirement of the institution/ components.

9. The contract agreement, if any, resulting from this invitation to bids shall be governed by and subject to the general and the special conditions of contract as are agreed to and signed by the Purchaser and the supplier, and shall also be subservient to the terms and conditions governing contracts for supplies as contained in the PPR 2014 and the general provisions of the Contract Act, 1940 as applicable in the country.

10. Bids will be opened in the presence of the bidders or their authorized representatives who choose to attend the opening ceremony.

11. A bidder quoting against this Invitation to bids shall be deemed to have read and understood the conditions thereof and the particulars of the stores or services required by the Purchaser and their specifications, etc.

Page 9: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 9 of 33

BID PROFORMA

Last Date & Time of Submission of bids: 10-08-2020 11:00 AM

Date & Time of Opening the bids: 10-08-2020 11:30 AM

Amount of Bid Security: 2% of estimated cost

Place of Consignment: Sahiwal Medical College Sahiwal

Note: Please read the following note and instructions carefully before filing in the bid proforma:

1. Any offer not received as per terms and conditions of the invitation to bid/tender enquiry is liable to ignore.

2. Submission of bids:- Bids will be submitted in sealed package (Single stage - two envelopes method) the sealed package will contain two sealed envelopes. One envelope will bear “TECHNICAL PROPOSAL” and the 2nd bear “FINANCIAL PROPOSAL”, Bids must be submitted in double cover. The outer envelope will bear name of the Purchaser, tender number and date of opening but not the name of the firm, which must appear on the inner envelope only. All envelopes must be sealed properly. All Technical Proposals will be opened by the Tender Opening Committee on the schedule time, place & date. The Financial Proposals will be opened by Tender Opening Committee of responsive / technically successful bidders later, on schedule time place & date. Non-responsive / technically rejected financial proposals will not be announced and will be returned back to the respective firms.

3. Validity Period: The tender will be valid for the Financial Year 2020-21 from the date of opening of the tender till the expiry of total tender period. (30.06.2021), however it is extendable for three months (only for 1st quarter requirements of the components for financial year 2020-2021).

4. The validity of the received offers will be for 90 days after opening of Technical Bid.

5. The Purchaser reserves the right to purchase the stores, goods, or services in full or in part regardless of the notice of invitation and may also ignore or scrap or cancel the tender at any stage of the bidding without assigning any reason.

6. (a) If the provisional acceptance of bid issued during the validity period of the offer is not accepted by the bidder, the bid security deposited by him shall be forfeited and the stores may be purchased at his risk and expense. (b) If a bidder withdraws or amends or revises its bid at any time during the validity period, the bid security would be liable to forfeiture.

7. In case, the contractor/supplier fails to execute the contract strictly in accordance with the terms and conditions as laid down in the contract, the Performance Guarantee deposited by him would be forfeited and the store may be purchased at his risk and expense.

8. The Purchaser reserves the right to claim compensation for the loss caused by the delay in the delivery of the goods and services.

9. The delivery period, will be 45 days of issuance of supply order and / or 15 days of the start of quarter concerned i.e. 2nd, 3rd and 4th quarter, as the case may be. However, the supplier may indicate its own delivery period earliest by which it will supply the goods.

10. Bids should be quoted on the prescribed bid proforma only. However, the bidder may add additional information or submit letter on the official letterhead.

11. Cash receipts (in original) in token of having purchased the tender, must accompany the offer.

Page 10: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 10 of 33

12. Bids and all correspondence should be addressed to the Purchaser i.e., Principal, Sahiwal Medical College Sahiwal.

13. Bidders must quote their firmed-up final rates after considering all aspects of the bidding, both in words as well as in figures. In case of difference between the two, rates quoted in words shall prevail.

14. The tenderer is required to submit following documents:- A. Bid Proforma and invitation to bids.

B. Bid security @ 2% of estimated cost of each quoted/offered item in the form of fresh CDR in favour of the Principal Sahiwal Medical College Sahiwal enclosed in sealed envelope of “FINANCIAL PROPOSAL”.

C. Original tender form i- TECHNICAL PROPOSAL

ii- FINANCIAL PROPOSAL, showing quoted price / cost with Security Deposit under envelop marked as “FINANCIAL PROPOSAL” Price schedule shall be submitted with Financial Proposal.

D. Photocopy of his Computerized National Identity Card. E. Income Tax / Sales Tax Certificates (Attested Photocopies) F. Dealership certificate / authority letter G. Sole Agent authority letter H. Drug sales License (valid) I. Manufacturer’s authorization form J. Performance / guaranty form K. Attested copy of product registration

PERFORMANCE GUARANTY

15. The bidder who is declared successful after financial and technical evaluation of the bids, is required to furnish performance guaranty 5% (Five percent) of the contract price in favour of the Purchaser within the period specified in Advance Acceptance of the Tender. Failure to deposit the performance guarantee may result in cancellation of contract and forfeiture of the earnest money and procurement of the stores at the risk and expense of the bidder.

16. Bidders who themselves are the original manufacturers of the demanded goods, stores or

services must indicate the name and address of the works in the country where they will manufacture or produce the goods they intend to supply.

17. Bidders who are not the original manufacturers of the demanded goods, stores or services or who are the agents of the Vice Chancellor pals abroad are required to furnish an undertaking or certificate from the Vice Chancellor pal or the OEM of the specimen as hereunder. Non submission of such an authorization may render their bids liable to rejection:

“This is to certify that M/s. ___________________________________ have obtained a quotation from us against invitation to Tender issued by the Principal Sahiwal Medical College Sahiwal to be opened on _________________. We, being the original manufacturer of the said items, hereby agree to supply/manufacture the said stores strictly in accordance with the specification laid down in the said Invitation to Bids”.

Page 11: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 11 of 33

18. Bidders must indicate the complete address of the place(s) where the Purchaser or his

authorized representative may inspect the stores during their manufacturing, production or assemblage.

19. Bids materially different from the necessary conditions of participation in the bidding, such as

a conditional, ambiguous or incomplete offer is likely to be ignored.

20. Once opened, the bids shall be treated as the last and final bids and supplementary, additional or revised offers, after opening, shall not be entertained under any circumstances.

21. Bidders are at liberty to include catalogues, leaflets, brochures, operation manuals, literature

and other technical data, if any, in respect of the stores offered by them in support of their bids.

22. Bids should be submitted based on accounting units specified in the invitation to tenders.

23. The bidders must write brand name, name of manufacturers and country of origin of the

quoted / offered items in the Technical Proposal. Moreover, correct tender item No. must be written in Technical & Financial Proposals, in case of incorrect tender item No. the quoted item / offer will be liable to be ignored / rejected.

24. The Stores shall be brand new and shall be supplied at the place of consignment in the

original manufacturer packing, (except medicine items, where green packing is required).

25. In case of imported stores or spares, import documents shall be shown at the time of inspection to ensure that stores offered for inspection are imported ones, brand new and in original packing of the manufacturer. Bidders must note that non-exhibition of the import documents at the time inspection or on demand later may lead to forfeiture of their security deposits and procurement of the stores at their risk and expense.

26. Testing charges of the sample(s), if any, shall be borne by the bidder/supplier irrespective of

the results of testing. 27. Payment will be made in accordance with the terms and conditions as laid down in this

respect in the supply order and the contract agreement. Release of payment will be subject to satisfactory performance of the contract and the final inspection and acceptance note by the consignee or the Purchaser.

28. Grievances will be dealt as per rule 67 of PPRA rules 2014 and amended. 29. Quantity can be increased / decreased with subject to availability of funds and hospital

requirement.

Page 12: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 12 of 33

Bidder’s Signature and Seal Name: Designation: CNIC No. Income Tax No. Sales Tax No. Address: Phone Office: Fax No. Mobile No. Email address: Website: Date: Witnesses: 1. Signature: Name: Designation: CNIC No. Date: 2. Signature: Name: Designation: CNIC No. Date: List of enclosures or attachments, if any etc: 1. 2. 3. 4. 5.

Sd/- PRINCIPAL

Sahiwal Medical College Sahiwal

Page 13: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 13 of 33

Sample to be followed on judicial stamp paper of Rs. 100 by the bidder

UNDERTAKING BY THE BIDDER

1. I/We hereby confirm to have read carefully complete description of the stores and all the

terms and conditions of your tender enquiry No. _______, due for opening on ___________, for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Proforma and the Punjab Procurement Rules, 2014 (PPRA-2014) and amended. I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.

2. I/We also hereby categorically confirm that the stores offered by me/us conform to the

particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.

3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer

is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.

4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and

do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.

5. I/We certify that the prices quoted in this tender enquiry are not more than the prices

charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.

6. I/We certify and undertake that we have not been blacklisted by any public or private

authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.

7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance

and rejection of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.

8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the

form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.

Page 14: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 14 of 33

9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.

10. I/We undertake that pending preparation and execution of a formal contract agreement,

my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.

11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/We

qualify the eligibility criteria of participating in the bid.

12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.

13. I/We undertake that I will be responsible for free replacement of supplied stores if same are

found to be defective.

14. I/we undertake that the firm will not do any judicial proceeding against the procurement process.

Bidder’s Signature and Seal Name: Designation CNIC No. Date: Witnesses: 1. Signature: Name: Designation: CNIC No. Date: 2. Signature: Name: Designation: CNIC No. Date:

Sd/- PRINCIPAL

Sahiwal Medical College Sahiwal

Page 15: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 15 of 33

PERFORMANCE GUARANTY/ SECURITY FORM To: The Principal,

Sahiwal Medical College Sahiwal Whereas M/S ____________________ (hereinafter called “the Supplier”) has undertaken, in

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

And whereas, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 2% 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 2% (two Percent)] 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_________________, 20 Signature and Seal of the Guarantors/ Bank Address __________________________ Date _____________________________

Page 16: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 16 of 33

MANUFACTURER’S AUTHORIZATION FORM

To: The Principal, Sahiwal Medical College Sahiwal

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

[name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against No. [reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids. [Signature for and on behalf of Manufacturer] Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed

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

Page 17: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 17 of 33

CONTRACT FORM THIS CONTRACT is made at --------------on----------- day of------------ 20 , between The Principal, Sahiwal Medical College Sahiwal (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name) being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1. In this Contract words and expressions shall have the same meanings as are respectively

assigned to them in the General/ Special Conditions of this Contract hereinafter referred to as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:-

a. Price Schedule submitted by the bidder, b. Technical Specifications; c. General Conditions of Contract; d. Special Conditions of Contract; and e. Procuring Agency’s Award of contract; and f. Purchase Order

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

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

5. [The Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter,

Page 18: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 18 of 33

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

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

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

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

declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.

9. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

10. 10 In case of any dispute concerning the interpretation and/or application of this

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

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

12. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm

13. In case of supply of substandard product the destruction cost will be borne by the firm i.e burning, Dumping, Incineration IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the Manufacturer/ authorized Person

Signed/ Sealed by Procuring Agency

1 ________________________________

1 _________________________________

Page 19: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 19 of 33

BID FORM Date: No.

To: The Principal, Sahiwal Medical College Sahiwal Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,

we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount ________________], [Bid Amount in words__________________] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.

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

schedule specified in the Schedule of Requirements. If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum of Two Percent of the Contract Price for the due performance of the contract, in the form prescribed by the Procuring Agency.

We agree to abide by this bid for a period of [number] days from the date fixed for bid

opening under 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 lowest or any bid,

Procuring Agency may receive. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, as per detail given below: Name and address of agent --------------------------- Amount ----------------------- (if none, state “none”).” Dated this ________________day of _____________________________20__. Signature (in the capacity of) Duly authorized to sign bid for and on behalf of. Attachment =====================================================================

Page 20: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 20 of 33

BID PAPERS (CHECK LIST) TECHNICAL PROPOSAL

1. Index & Page marking Certificate by the bidder. 2. Invitation of Bid 3. Bid Proforma (duly signed & stamped in accordance

with PPRA Rules 2014)

4. Terms & conditions singed & stamped by bidder

5. Original purchased receipt of bid documents

6. Attested copy of C.N.I.C.

7. Technical proposal / offer of quoted items (on letter head of

the firm)

8. Affidavit (on judicial paper) i) Goods / Services supplied are to be provided

by bidder in accordance with Government instruction. ii) He is not legally penalized iii) Certified undertaking for purchaser’s satisfaction for

execution of contract. v) Regarding non-declaration of spurious / adulterated batch by the D.T.Ls & any competent Lab.

9. Income Tax registration certificate (attested copy)

10. Sales Tax registration certificate (attested copy) 11. Bio-Equivalence/Bio-Similarity Study Report (For medicine only where applicable/specified) (if applicable) 12. Audited Balance Sheet (last 02 years) 13. Drug Registration Certificate (D.R.C.) for Drug only

14. Experience certificate of the firm (attested copy) 15. Attested copy of valid manufacturing /selling or any other

license imposed by Govt. (if applicable)

16. Attested copy of permanent technical staff & their

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Page 21: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 21 of 33

degrees / certificates 17. Certificate of company’s own warehouse / good own (attested copy) & attested copy of registration of vehicle for transportation. 18. Attested copy of international certification (if any)

19. Fresh samples of quoted items

20. Documentary evidence of product experience in market

Attested copy of relevant documents.

Yes No

Yes No

Yes No

Yes No

Page 22: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 22 of 33

PAGE MARKING / INDEX CERTIFICATE I Mr. / Miss / Mrs. do hereby certify on the behalf of M/S: That the bidding documents submitted for tender of contains total pages . Moreover, the page marking is done and index has been prepared which is marked as page No. . Name of authorized person Designation C.N.I.C. No. Mailing Address Contact No. (land line) Contact No. (Mobile) E-mail Address

Signature

Stamp (Firm)

Dated

Page 23: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 23 of 33

AUTHORITY LETTER We M/S do hereby authorize Mr./Miss/ Mrs. to attend the meetings, negotiate on prices, receive letters & bid securities (for tenders 2020-21) Sahiwal Medical College Sahiwal) on behalf of our firm. The particulars of authorized person are given below. Name of authorized person Designation C.N.I.C. No. Mailing Address Contact No. (land line) Contact No. (Mobile) E-mail Address

Sign. & Stamp (Signing Authority)

Dated Contact No.

NOTE:- In case of any change in authorized person must be conveyed to Chairman Purchase Committee, Sahiwal Medical College Sahiwal in writing.

Page 24: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 24 of 33

BID EVALUATION CRITERIA FOR TENDERS 2020-2021 The following merit point system for evaluation factors / criteria will be applied for the

“TECHNICAL PROPOSALS”. The point score shall be mentioned in the “BID EVALUATION REPORT”. MERIT POINT SYSTEM

Evaluation of Firms/ Companies (Medicines items)

SR. NO.

EVALUATION CRITERIA POINTS

DOCUMENT REQUIRED

1. Financial Position / Status i. Income Tax registration certificate ii. Sales tax registration certificate iii. Statement worth (min 5 million)

10 (03) (03) (04)

i. Attested copies of certificates ii. Audited balance sheet of last 2 years.

2. Overall past performance of the firm/company A. Sahiwal Medical College Sahiwal i) very good (100% execution of contract during last financial year) ii) good (80% and above execution of contract during last financial year) iii) satisfactory (50% - 79% execution of contract during last financial year) B. Other Govt. Institutions No past experience with this institution but has experience with other Govt. Institutions and has provided satisfactory performance certificate from the Head of those Govt. institutions (competent authority). C. Late supply (1 point will be deducted for each late supply by the firm during last financial year from total obtained points) D. Unsatisfactory/ Poor (Below 50% execution of contract during last financial year) (technically knocked out)

15

(15) (12)

(09)

03 points

= each

certificate maximum

= 15 points (-1) for

each item’s

late supply

(00)

(As ascertained by TAC) 03 points for each satisfactory performance report (regarding performance of the firm, supplies etc.) will be awarded for each institution. Maximum points = 15 points Note: Attach original performance certificate issued by the competent authority.

3. a) Valid Manufacturing License (For manufacturers) i. valid manufacturing license ii. applied for renewal iii. invalid manufacturing license and did not applied for renewal (Technical Proposal rejected) b) Valid Drug sales license (For importers / distributors / sole agents) i. valid drug sales license ii. Applied for renewal iii. Invalid drug sales license and did not

10 (10) (06) (00)

(10) (06) (00)

i) Attested copies of drug manufacturing / drug sales license ii) Documentary evidence of applied for renewal. Note: In case of distributors a) Valid manufacturing license (for manufacturers) = 05 points b) Valid drug sales license (for distributors) = 05 points Total points = 05+05 = 10points

Page 25: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 25 of 33

applied for renewal (Technical Proposal rejected)

4. Technical Staff of manufacturer i. Plant Manager (B. Pharm / D Pharm, M. Phil /PhD) ii Production Pharmacist, (B. Pharm / D Pharm, M. Phil /PhD) iii. Quality Control Manager + Analyst (B. Pharm/MSc Chemistry) iv. In process Quality Assurance inspector (B. Pharm / D Pharm, M. Phil /PhD) v. Quality Assurance Manager (B. Pharm/ MSc Chemistry)

05 (01) (01) (01) (01) (01)

i. The bidder is required to attached the following documents a. Attested photocopies of degrees b. Appointment letters of concerned technical staff c. Attach firm’s pay roll for last one year.

5. Warehouse i. Company’s own ware house ii. Company’s own transportation facility (loading vehicle) iii. Facility to control humidity & temperature in the ware house/cold chain maintenance facility

05 (02)

(01) (02)

Certificate on letterhead of the firm/company. Note: i) The firm is bound to provide the documentary evidence that the good own / warehouse is the property of firm or is rented by the firm. ii) The transport (vehicle) must be registered to the name of the participating firm/owner of the firm (attached attested copy of vehicle registration) iii) The Procuring agency may visit the warehouse for checking according to the standards. Visit will be arranged by the concern firms.

6. International Certification i) ISO (9001, etc.) ii) CE ii) FDA (USA) iii) FDA (China) iv) WHO

05 (05) (04) (05) (03) (05)

Maximum = 05

Attach valid attested copies of certificates / letters

Total Points

Total

Points = 50

Qualifying points 30

Page 26: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 26 of 33

EVALUATION OF PRODUCT (GENERAL CRITERIA)

(Medicine Items) Failure to comply with any compulsory parameter will result in “Non responsiveness of the

bidder”. COMPULSORY PARAMETERS (Check list)

Sr. # Particulars Remarks

1 The bidder will provide valid drug registration certificate of the quoted product. The product having less than one year experience will be ineligible.

Complies / Not complies

2 Specifications quoted in the technical offer will be verified from samples provided with the bid. Product that comply 100% with the advertised specifications and fulfill the requirements as per rules shall be considered.

Complies / Not complies

3 Undertaking regarding “Non declaration of spurious batch” by DTLs of the Punjab / any competent Lab of quoted item within last three years.

Complies / Not complies

4 Certificate conforming that production capacity of the product is not less than 10% per day production capacity of the relevant product against the total advertise quantity.

Complies / Not complies

5 Provided samples will be evaluated by Technical Evaluation Committee / end-users. Products contravening to drug Act. 1976 or the product reported of poor quality on the base of Market availability data / past experience will be rejected. (knocked out)

Satisfactory / Not satisfactory Remarks if any

Page 27: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 27 of 33

BID EVALUATION CRITERIA FOR TENDERS 2020-2021

The following merit point system for evaluation factors / criteria will be applied for the “TECHNICAL PROPOSALS”. The point score shall be mentioned in the “BID EVALUATION REPORT”.

MERIT POINT SYSTEM Evaluation of Firms/ Companies (SURGICAL ITEMS REGISTERED AS DRUGS)

SR. NO.

EVALUATION CRITERIA POINTS

DOCUMENT REQUIRED

1. Financial Position / Status i. Income Tax registration certificate ii. Statement worth (min 05 million)

15 (06) (09)

i. Attested copies of certificates ii. Audited balance sheet of last 2 years.

2. a) Valid Manufacturing License (For manufacturers) (Applicable on firm’s who have quoted surgical items registered as drugs). i. valid manufacturing license ii. applied for renewal iii. invalid manufacturing license and did not applied for renewal (Technical Proposal rejected) b) Valid Drug sales license (For importers / distributors / sole agents) (Applicable on firm’s who have quoted surgical items registered as drugs) i. valid drug sales license ii. Applied for renewal iii. Invalid drug sales license and did not applied for renewal (Technical Proposal rejected)

10

(10) (06) (00)

(10) (06) (00)

i) Attested copies of drug manufacturing / drug sales license ii) Documentary evidence of applied for renewal. Note: In case of distributors a) Valid manufacturing license (for manufacturers) = 05 points b) Valid drug sales license (for distributors) = 05 points Total points = 05+05 = 10points Note: 60% qualifying points in this criteria will be awarded to those firms, who have not quoted any surgical item which requires drug registration.

3. Overall past performance of the firm/company A. Sahiwal Medical College Sahiwal i) very good (100% execution of contract during last financial year) ii) good (80% and above execution of contract during last financial year) iii) satisfactory (50% - 79% execution of contract during last financial year) B. Other Govt. Institutions No past experience with this institution but the firm has experience with other Govt. Institutions and firm has provided satisfactory performance certificate from

15

(15)

(12)

(09)

03 points = each certificate

maximum = 15 points

(-1) for each

(As ascertained by TAC) 03 points for each satisfactory performance report (regarding performance of the firm, supplies etc.) will be awarded for each institution. Maximum points = 15 points Note: Attach original performance certificate issued by the competent authority.

Page 28: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 28 of 33

the Head of those Govt. institutions (competent authority). C. Late supply (1 point will be deducted for each late supply by the firm during last financial year from total obtained points) D. Unsatisfactory/ Poor (Below 50% execution of contract during last financial year to any component of the institution) (technically knocked out)

item’s late supply

(00)

4. Warehouse / good own i. Company’s/firm’s own ware house / good own ii. Company’s own transportation facility (loading vehicle)

05 (03) (02)

Certificate on letterhead of the firm/company. Note: i) The firm is bound to provide the documentary evidence that the good own / warehouse is the property of firm or is rented by the firm. ii) The transport (vehicle) must be registered to the name of the participating firm/owner of the firm (attached attested copy of vehicle registration). iii) The procurement cell may visit the warehouse for checking according to the standards. Visit will be arranged by the concern firms.

5. International Certification i) ISO (9001, etc.) ii) CE iii) FDA (USA) iv) FDA (China) v) WHO

05 (05) (04) (05) (03) (05)

Maximum = 5

Attested copies of certificates

Total Points

Total Points =

50 Qualifying points 30

Page 29: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 29 of 33

EVALUATION OF PRODUCT (GENERAL CRITERIA) Surgical / Disposable Items (Register as Drug)

Failure to comply with any compulsory parameter will result in “Non responsiveness of the bidder”.

COMPULSORY PARAMETERS (Check list)

Sr. # Particulars Remarks

1 The bidder must possess valid drug registration certificate of the quoted product issued by DRAP Pakistan. The bidder will provide valid drugs Sale License (in case of importer).

Complies / Not complies

2 The bidder will provide valid drug registration certificate of the quoted product. The product having less than one year experience will be ineligible.

Complies / Not complies

3 Provided samples will be evaluated by Technical Evaluation Committee / end-users. The product reported of poor quality on the base of past experience / sample evaluation will be rejected. (knocked out)

Satisfactory / Not satisfactory Remarks if any

Page 30: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 30 of 33

BID EVALUATION CRITERIA FOR TENDERS 2020-21

The following merit point system for evaluation factors / criteria will be applied for the “TECHNICAL PROPOSALS”. The point score shall be mentioned in the “BID EVALUATION REPORT”.

MERIT POINT SYSTEM Evaluation of firms/ companies (SURGICAL DISPOSABLE ITEMS)

SR. NO.

EVALUATION CRITERIA POINTS

DOCUMENT REQUIRED

1. Financial Position / Status i. Income Tax registration certificate ii. Sales tax registration certificate iii. Statement worth (min 05 million)

15 (04) (04) (07)

i. Attested copies of certificates ii. Audited balance sheet of last 2 years.

2. Overall past performance of the firm/company A. Sahiwal Medical College Sahiwal i) very good (100% execution of contract during last financial year) ii) good (80% and above execution of contract during last financial year) iii) satisfactory (50% - 79% execution of contract during last financial year) B. Other Govt. Institutions No past experience with this institution but the firm has experience with other Govt. Institutions and firm has provided satisfactory performance certificate from the Head of those Govt. institutions (competent authority). C. LATE SUPPLY (1 point will be deducted for each late supply by the firm during last financial year from total obtained points) D. Unsatisfactory/ Poor (Below 50% execution of contract during last financial year to any component of the institution) (technically knocked out)

25

(25)

(20)

(15)

05 points = each certificate

maximum = 25 points

(-1) for each item’s late

supply

(00)

(As ascertained by TAC) 05 points for each satisfactory performance report (regarding performance of the firm, supplies etc.) will be awarded for each institution. Maximum points = 25 points Note: Attach original performance certificate issued by the competent authority.

3. Warehouse / good own i. Company’s/firm’s own ware house / good own ii. Company’s own transportation facility (loading vehicle)

05 (03) (02)

Certificate on letterhead of the firm/company. Note: i) The firm is bound to provide the documentary evidence that the good own / warehouse is the property of firm or is rented by the firm.

Page 31: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 31 of 33

ii) The transport (vehicle) must be registered to the name of the participating firm/owner of the firm (attached attested copy of vehicle registration). iii) The procurement cell may visit the warehouse for checking according to the standards. Visit will be arranged by the concern firms.

4. International Certification i) ISO (9001, etc.) ii) CE iii) FDA (USA) iv) FDA (China) v) WHO

05 (05) (04) (05) (03) (05)

Maximum = 05

Attested copies of certificates

Total Points

Total Points =

50 Qualifying points 30

EVALUATION OF PRODUCT (GENERAL CRITERIA) Surgical / Disposable Items

Failure to comply with any compulsory parameter will result in “Non responsiveness of the bidder”.

COMPULSORY PARAMETER (Check list)

Sr. # Particulars Remarks

1 Provided samples will be evaluated by Technical Evaluation Committee / end-users. The product reported of poor quality on the base of past experience / sample evaluation will be rejected. (knocked out)

Satisfactory / Not satisfactory Remarks if any

Note: Quantity can be increased / decreased with subject to availability of funds and hospital requirement.

PRINCIPAL Sahiwal Medical College

Sahiwal

Page 32: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 32 of 33

SPECIMEN FOR TECHNICAL PROPOSAL MEDICINE / SURGICAL & DISPOSABLE ITEMS / SURGICAL ITEMS REGISTERED AS DRUGS (FINANCIAL YEAR 2020-21)

Name of bidder/Firm:-

Tender Item SR. # (As per tender

enquiry)

NAME OF ITEMS SPECIFICATION BRAND NAME

MANUFACTURER COUNTRY OF ORIGIN

SIG. & OFFICIAL STAMP OF BIDDER Note: The bidders must submit their technical proposals on letter head (letter pad) of the firm which must be duly signed & stamped by an authorized person.

Page 33: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Attached Hospitals Sahiwal Page 33 of 33

SPECIMEN FOR FINANCIAL PROPOSAL PRICE SCHEDULE (MEDICINE / SURGICAL & DISPOSABLE ITEMS / SURGICAL ITEMS REGISTERED AS DRUGS) FINANCIAL YEAR 2020-21

Name of bidder/Firm:-

Tender Item SR. # (As per tender

enquiry)

NAME OF ITEM SPECIFICATION ACCOUNTING UNIT

TOTAL QUANTITY REQUIRED

UNIT PRICE (OFFERED)

TOTAL PRICE (OFFERED)

BID SECURITY 2% OF THE

ESTIMATED COST

SIG. & OFFICIAL STAMP OF BIDDER:- NOTE: i) In case of discrepancy between unit price & total price, the unit price shall prevail.

ii) The bidders must submit their financial proposals on letter head (letter pad) of the firm which must be duly signed & stamped by an authorized person.

Page 34: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 1 of 10

BIDDING DOCUMENTS

FOR THE REPAIR AND

MAINTENANCE CONTRACT FOR

PLANT & MACHINERY,

FURNITURE & FIXTURE AND IT

EQUIPMENT FOR THE FINANCIAL

YEAR 2020-2021

Page 35: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 2 of 10

SAHIWAL MEDICAL COLLEGE AND ALLIED HOSPITALS

SAHIWAL INVITATION FOR BIDS FOR THE YEAR 2020-21

Sealed Bids are invited on frame work contract basis from well

reputed manufacturer/Importers/ Sole agent in case of foreign principal or their authorized

distributor for the purchase & supply of following on F.O.R / C&IF basis for SLMC

SAHIWAL allied institutions. The sale of tenders will be started from the date of publication

of this advertisement in press.

Sr. # Name of Tender

Last Date for

purchase of

Tender During

Office Hours

Date & time of

Receiving Tender

Date & Time of

Opening Tender

01

Repair And Maintenance

Contract for Plant &

Machinery, Furniture &

Fixture And IT Equipment

08-08-2020 10-08-2020 11:00 AM

10-08-2020 11:30 AM

1. Tender Documents containing terms & conditions and detailed specifications of required

items can be obtained on payment of RS.1000/- (NON-REFUNDABLE) being the

tender Cost for each tender separately) from the office of the Purchase Section SLMC

SAHIWAL on any working day during office hours according to above schedule.

2. All tenders shall be submitted / placed in the tender box lying in front of the office of the

undersigned at given date & time. Any tender received after specified time will not be

entertained. Tenders will be opened in the Office of Medical Superintendent DHQ

Teaching Hospital Sahiwal according to schedule given above in presence of bidders or

their authorized representatives who wish to be present at the time of opening.

3. The procuring agency may reject all bids or proposals at any time prior to the acceptance

of a bid or proposal As per Clause 35, PPR rules 2014.

4. Earnest money @ 2% of the quoted item will be in the shape of deposit at call issued in

favor of Principal SLMC SAHIWAL, attached with the quotation documents.

5. Procurement shall be governed by the Punjab Procurement Rules 2014.

6. Single Stage –Two envelope procedures (Technical & Financial) as per rule 38 (2) (a) of

PPRA rule 2014, shall be applied.

i) Tenders should be submitted comprising a single package containing two separate

envelops. Each envelop will contain separately the financial proposal and the

technical proposal.

ii) Envelop shall be marked as “Financial Proposal” and “Technical Proposal” in Bold

and legible letters to avoid confusion. The financial proposal envelop will only be

opened after technical approval as per PPR rules 2014.

iii) On rejection of Technical Proposal the Financial Proposal will be returned unopened.

The institution will not be responsible for any opening of Financial Proposal, where it

Page 36: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 3 of 10

is submitted collectively for all the items, or found opened on submission or not

properly sealed.

7. The firms already under process of disciplinary action, defaulter or black listed with any

Public Sector organization will not be allowed to participate.

8. The bidders are requested to give their lowest and final Price, since, as for as possible,

there will be no negotiation on the price. The firm registered with income Tax & Sale

Tax Departments can only participate in the tender

Sd/-

PRINCIPAL

SAHIWAL MEDICAL COLLEGE,

SAHIWAL

Page 37: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 4 of 10

TERMS & CONDITIONS FOR THE REPAIR AND MAINTENANCE CONTRACT FOR PLANT & MACHINERY, FURNITURE & FIXTURE AND IT EQUIPMENT

FOR THE FINANCIAL YEAR 2020-2021

Tenders are invited from the firms, duly registered with the following Authorities of Pakistan & government of Punjab.

a. Income Tax, Sales Tax Department Government of Pakistan. b. Punjab Revenue Authority Government of Punjab.

Tender will be done according to PPRA Rules 2014 amended up to date. If the

firm is not enlisted with any one of above Departments will not be eligible to

participate in the Tender.

1. Firm must have at least Two-years of experience to carry out the similar

nature of jobs.

2. Bids will be submitted in sealed envelope (single stage-two envelopes

method) containing two sealed envelopes. One envelope will bear TECHNICAL

PROPOSAL other FINANCIAL PROPOSAL. Initially only technical proposal will

be opened by the Tender Opening Committee.

3. Any offer not received as per terms and conditions of the tender enquiry is

liable to be rejected. No offer shall be considered if:

i. Tender Receipt is not attached.

ii. Received after the due date and time. iii. The tender documents are unsigned. iv. The tender is ambiguous/ tampered.

v. The offer is conditional. vi. The offer is from a firm already blacklisted or suspended.

vii. The offer is received by Telegram/Fax/Email. viii. The offer not confirming the specifications as per tender inquiry. ix. Received without Earnest Money.

x. If the required documents are not attached/tampered/missing (Missing documents will not be accepted after the opening of tenders).

4. One Supervisor (B-Engg/ BTech), at least three skilled personnel and also

three helpers from firm will have to stay in the Hospital round the clock.

5. The firm will be responsible to make Repair and Maintenance Contract for Plant &

Machinery, Furniture & Fixture and IT Equipment functional round the clock.

6. The firm will be responsible to solve any complaint at maximum within

twenty-four hours, subject to provision of spare parts and in emergency

response time should be less then two hour.

7. Payment will be made on monthly installment basis subject to satisfactory

report by end-user and concerned engineer from the hospital.

Page 38: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 5 of 10

8. If firm does not fulfill terms and conditions of contract, contract will be

canceled and security will be forfeited.

9. Rates should be inclusive of all kind of taxes. Firm will not be allowed to

charge taxes additionally.

10. Security will be released after expiry of contract period.

11. In case of non-completion of contract, the security will be forfeited and firm

will be declared blacklisted.

12. The rates should be quoted both in words as well as in figures. No Colum

should be left blank or must be crossed. Tenderers are required to furnish Bid

Security @ 2% of quoted price in shape of CDR which will be released after

submission of performance guarantee.

13. The successful bidder will be required to furnish 05% Performance Security in

the form of CDR in favor of Principal SLMC & Allied Hospitals Sahiwal /

Medical Superintendent DHQ Teaching Hospital Sahiwal before issuance of

award letter, which will be refunded / returned to the bidder after satisfactory

completion warranty period. In case of failure the same will be forfeited.

14. If;

i. In case the offer is withdrawn, amended or revised during the validity period

of the offer, the Earnest Money is liable to be forfeited.

ii. In case contractor fails to execute the contract in accordance with the terms

and conditions laid down, the security will be forfeited.

15. Offers must be quoted on the prescribed tender form Cash Receipt in original

for purchase of tender must be attached with the offer.

16. Tender should be addressed to the Principal SLMC & Allied Hospitals Sahiwal.

17. The successful bidder will sign an agreement with Principal SLMC & Allied

Hospitals Sahiwal/Medical Superintendent DHQ Teaching Hospital Sahiwal.

18. Acceptance/ Rejection of technical offer will be on the basis of evaluation

criteria.

19. Contract will be awarded for the period of Six months and further extendable

for six months or till the finalization of new contract subject to provision of

satisfactory performance by the End user and Biomedical Engineer.

20. Detail of Items which will be covered under contract is attached herewith: -

Page 39: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 6 of 10

GENERAL CONDITIONS: 1. All Accessories/ Parts should be compatible with above mentioned Repair and Maintenance

Contract for Plant & Machinery, Furniture & Fixture and IT Equipment.

2. 2% earnest money is required of quoted price.

3. Lowest bidder will be declared on the basis of cumulative price of goods and services.

4. Any applicant feeling aggrieved by any act of procuring agency after the submission of his

application may lodge a written complaint concerning his grievance not later than 10days

after the announcement of the proposal evaluation report.

5. The applicant may request a clarification of any part of the documents but not later than 07

days the proposal submission deadline. any request for clarification must be sent in writing

to the procuring agency address.

6. Firm may can visit the Hospital for further information and estimation of repair.

KNOCK OUT CLAUSES

S. # DETAIL IF

1. Original Receipt for the purchase of tender Not Attached

2. Minimum two years of experience in relevant field Not Attached

3. Terms & Conditions of tender duly signed & stamped. Not Attached

4. Company profile including engineering and managerial

capabilities (Technical staff & Repair Workshop).

Not Attached

5. Affidavit on judicial paper of worth Rs. 100/- that the firm is not

black listed on any grounds what so ever in any department.

Not Attached

6. Affidavit of Price reasonability on judicial paper of worth Rs.

100/- that the quoted prices are not more than the other

institutions.

Not Attached

7. Bank Statement / Balance Sheet. Not Attached

8. NTN and PRA Certificate Not Attached

9. STN Certificate Not Attached

Bid Status: Eligible / Not Eligible

Page 40: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 7 of 10

BID EVALUATION CRITERIA FOR TENDERS

For the purpose of determining the lowest evaluated bid, facts other than prices such as past performance, financial soundness & other details as the procuring agency, at its discretion, may consider appropriate, shall be taken into consideration. The following merit point system for weighing evaluation factors / criteria can be applied for the “TECHNICAL PROPOSALS”. The point score shall be mentioned in the “BID EVALUATION REPORT”.

MERIT POINT SYSTEM TECHNICAL EVALUATION FOR REPAIR AND MAINTENANCE CONTRACT

FOR PLANT & MACHINERY, FURNITURE & FIXTURE AND IT EQUIPMENT

SR. NO.

EVALUATION CRITERIA POINTS REQUIRED DOCUMENTS

1. Financial Position/ Soundness i. Income Tax Paid Statement (15) ii. Bank Statement (10) 25

i. Attested copy of Income Tax Registration certificate

ii. Attested copy of Income Tax returns (Last Two Years)

iii. Attested copy of Bank Statement

2. Experience of Repair for 2 years i. 1 Year 10

ii. 2 Years 15

25 Satisfactory Certificates regarding the repair of Air Conditioning System of 1-4 Ton.

3. Qualification / Technical Staff of the Company / Firm A) Technical Staff. i. At least 01 Engineering Supervisors (B-Tech/B-

Engg). ii. At laest 03 DAE’s iii. One Additional point for every additional

technical staff member shall be granted. Qualification Points i. B.Sc Degree in engineering form recognized

university. ii. DAE Certification from any recognized institution. Points will be awarded as under: - B.Sc Engineer 07 Marks / Engineer. DAE 06 Marks / Engr. Certified Technician of relevant field. 04 Marks / Tech Maximum Points = 25

25

i. Attach complete detail of Technical staff.

ii. Attach attested copies of degrees of technical staff.

Note: i. Zero point will be awarded in case

bidder fails to provide attested copies of degrees of the technical staff.

ii. B. Tech will not be considered for additional qualification points.

4. Past Performance/Work Experience i. Single Institution (10) ii. Two Institution (20)

iii. Three or more Institution (25)

25

Attach complete details of past performance/ work experience

Total

Points 100

Qualifying points 75

NOTE:

The bid will not be considered for further evaluation if rejected by the Technical Advisory Committee.

PRINCIPAL

SAHIWAL MEDICAL COLLEGE,

SAHIWAL

Page 41: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 8 of 10

AUTHORITY LETTER

We M/S

do hereby authorize Mr./Miss/ Mrs.

to attend the meetings, negotiate on prices,

receive letters & bid securities (for tenders 2020-2021 Principal SLMC & Allied

Hospitals Sahiwal on behalf of our firm. The particulars of authorized person are

given below.

Name of Authorized Person

Designation _____

C.N.I.C. No. _____

Mailing Address _____

Contract No. (Land line) _____

Contract No. (Mobile) _____

E-mail Address _____

Stamp

Dated

NOTE: - In case of change of authorized person must be informed to Principal SLMC/Medical Superintendent, DHQ Teaching Hospital, Sahiwal in writing.

Page 42: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 9 of 10

BID PAPERS (CHECK LIST) TECHNICAL PROPOSAL

1. Invitation of Bid 2. Bid Performa (duly signed & stamped in accordance

with PPRA Rules 2014) 3. Terms & conditions singed & stamped by bidder

4. Original purchase receipt of bid documents

5. Attested copy of C.N.I.C. 6. Technical proposal / offer of quoted items 7. Affidavit (on judicial paper)

i) Goods / Services supplied are to be provided by bidder in accordance with Government instruction.

ii) He is not legally penalized

iii) Firm / he has not provided these stores below this price if so, he is legally bound to pay rate difference if his bid is accepted.

8. Income Tax registration certificate (attested copy)

9. Sales Tax registration certificate (attested copy)

10. Bank statement / Audited balance sheet

11. Experience certificate of the firm (attested copy)

12. Attested copy of valid manufacturing or any other

license imposed by Govt. (if applicable)

13. Attested copy of permanent technical staff & their

degrees / certificates

14. Certificate of company’s own workshop

15. Attested copy of international certification (if any)

16. Documentary evidence of business experience

BID PAPERS (CHECK LIST)

FINANCIAL PROPOSAL

1. Financial Proposal (Price Schedule)

2. Bid Security (CDR) 2% of quoted price

Yes No

Yes No

Yes No

Yes No Yes No Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Yes No

Page 43: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 10 of 10

PAGE MARKING / INDEX CERTIFICATE

I Mr. / Miss / Mrs.

do hereby certify on the behalf of M/S:

That the bidding documents submitted for tender of

contains total pages .

Moreover, the page marking is done and index has been prepared which is

marked as page No. .

Name of authorized person

Designation

C.N.I.C. No.

Mailing Address

Contact No. (land line)

Contact No. (Mobile)

E-mail Address

Signature

Stamp (Vendor)

Dated

Page 44: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 1 of 40

BIDDING DOCUMENTS

FOR THE PURCHASE OF LAB KITS &

REAGENTS FOR THE FINANCIAL

YEAR 2020-21

Name of Procuring Agency: Sahiwal Medical College Sahiwal

Corresponding Address: Principal

Sahiwal Medical College Sahiwal

Telephone No: +92-40-9200387

Email: [email protected]

Page 45: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 2 of 40

IMPORTANT NOTICE FOR BIDDERS

All the bidders who intend to bid are hereby informed that the bidding document is prepared carefully by the committee .However In addition to this document, following under mentioned references can be used as guiding principal.

1. Procurement will be Governed by PPRA Rules 2014 amended (till date). (https://ppra.punjab.gov.pk/).

2. Further all terms & conditions described in bidding documents notified by Specialized Healthcare & Medical Education Department, Government of the Punjab (open tender) will be applied in true letter and spirit except special clauses clarified / amended (by the Sahiwal Medical College Sahiwal) in this bidding documents for procurement.

3. Product specification must be as per policies issued by DRAP (http://www.dra.gov.pk/) The bidder can download the instructions from above mentioned websites.

Page 46: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 3 of 40

Bid Data Sheet

Description Detail

Language of bid English or Urdu

Bid currency Pak Rs. On free delivery to Consignee’s end basis including all Ex-work, Transportation, Storage charges till the destination.

Bid Security 2% of estimated cost in the shape of CDR from any scheduled bank on the name of Principal Sahiwal Medical College Sahiwal. The bid security shall be in the shape of CDR and item wise. However if any bidder opts to bid for more than one item and opts to submit bid security in lump sum, in such cases if the bid security amount is found lesser than the required amount , then the total bid of the said bidder shall be rejected.

Bid validity period 180 Days

Address for communication: Name of Procuring Agency Sahiwal Medical College Sahiwal Corresponding Address: Purchase Officer

DHQ Teaching Hospital Sahiwal Telephone No(s) +92-40-9200387 Email [email protected]

Performance Guarantee: It will be 5% of the Contract Value in the shape of CDR from any scheduled bank.

Page 47: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 4 of 40

SAHIWAL MEDICAL COLLEGE AND ALLIED HOSPITALS

SAHIWAL INVITATION FOR BIDS FOR THE YEAR 2020-21

Bid Reference No. ___________________ dated: _________________ Subject: FRAMEWORK CONTRACT FOR LAB KITS, CHEMICALS & GLASS WARES ITEMS

FOR THE FINANCIAL YEAR 2020-21 Dear Sir / Madam Sahiwal Medical College Sahiwal invites sealed bids / tenders (Technical & Financial) to conclude the framework contract for the supply of Goods on Free delivery to consignee’s End Basis Sahiwal Medical College and Attached Hospitals Sahiwal. Manufacturers / Sole Agents of Foreign Manufacturers and authorized distributor of local firm may participate for the year 2020-21. The contract shall be valid for one year from the date of issuance of advance acceptance letter / notification of award. 2. Authority letter for each item quoted by the bidder must have complete information for participating in public procurement signed and stamped by manufacturer.

3. Bidding shall be conducted through 38 (2) (a) Single Stage-Two Envelopes bidding procedure of Punjab Procurement Rules, 2014 and amended. The bids shall clearly be marked with Bid Enquiry No. for which the proposal is submitted.

4. Bidders can download the Bidding Documents containing tenders items specifications quantity and terms & conditions from the PPR website until the closing date for the submission of bids.

5. Sealed bids are required to be submitted by the Bidders as per advertised schedule positively in the Committee Room / Office of the Medical Superintendent DHQ Teaching Hospital Sahiwal. The bids received till stipulated date & time shall be opened on same day at (As per schedule) in the presence of the bidders or their representatives who choose to attend. Late Bid shall not be entertained.

6. All bids should be submitted in Tape Binding. All document should contain proper page marking. Attached in sequence as indicated for evaluation In the Bidding each page of bidding Documents and signatures of authorized person. Moreover, signing and stamping of each page of bidding documents / form is mandatory.

7. In case the date of opening 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 submission and opening of tenders accordingly. The time and venue shall remain the same.

Note: The Procurement shall be governed by the Punjab Procurement Rules 2014, and amended.

PRINCIPAL Sahiwal Medical College

Sahiwal

Page 48: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 5 of 40

INSTRUCTIONS TO BIDDERS

1. Scope of Bid 1.1 Sahiwal Medical College Sahiwal invites bids for supply of goods as per

enclosed list along with Technical Specifications. 2. Source of Funds 2.1 The Government of Punjab, allocated funds to Sahiwal Medical College

Sahiwal for the purpose of procurement of advertised goods/ items etc for the Financial Year 2020-21

3. Eligible bidders 3.1 This Invitation for Bids is open to all original Manufacturers/their

authorized Agents/Suppliers and in case of imported goods authorized agents /importer /supplier in Pakistan for supply of goods more specifically descried in the section of schedule of requirement and technical specifications.

3.2. Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding.

3.3 The Agent /supplier /importer must possess valid authorization form the manufacturer and shall have to submit a copy of Memorandum of Association / Partnership deed registered with the Registrar of Companies. However in case of manufacture, they should have a documentary prove as prescribed in section V , bid form, to the effect that they are the original manufacturer of the required specifications of goods.

3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent

practices, issued by any Government (Federal/Provincial/Local), or a Public Sector Organization are Not Eligible.

4. Corrupt and Fraudulent Practices and mechanism to debar /Black list the defaulted bidder .

4.1 The Punjab Procurement Regulatory Authority, Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or contractor in the procurement process or in contract execution to the detriment of the Procuring Agencies; or misrepresentation of facts in order to influence a procurement process or the execution of contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” it may include any of the following practices.

(i) coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain or to cause a wrongful loss to another party;

(ii) collusive practice by arrangement between two or more parties to the procurement process or contract execution, designed to achieve with or

Page 49: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 6 of 40

without the knowledge of the procuring agency to establish prices at artificial, noncompetitive levels for any wrongful gain;

(iii) corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain;

(iv) fraudulent practice by any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(v) obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract or deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights;

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

of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time.

4.3 The following are the events which would lead to initiate under Rule 21 of PPRA Rules 2014 Blacklisting/Debarment process:

i. Submission of false fabricated / forged documents for procurement in tender.

ii. Not attaining required quality of work.

iii. Inordinate tardiness in accomplishment of assigned/agreed responsibilities / contractual obligations resulting loss to procuring agency / Government.

iv. Non execution of work as per terms & condition of contract.

v. Any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public procurement process.

vi. Involvement in any sort of tender fixing.

vii. Persistent and intentional violation of important conditions of contract

viii. Non-adherence to quality specification despite being importunately pointed out.

ix. Security consideration of the State i.e., any action that jeopardizes the security of the State or good repute of the procuring agency.

PROCEDURE: A notice will be issued by the agency to the bidder seeking it/his explanation for the lapses committed by it/him. The explanation will be required within days from the date of issue, (time will be fixed depending upon the intensity of lapses). In case its/his explanation is found unsatisfactory, a show cause notice shall be issued providing an opportunity of being heard followed by decision for

Page 50: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 7 of 40

blacklistment for a maximum period of three years depending upon the intensity of lapses. The letter for debarring the agency/individual will be published on PPRA website. Once the blacklisting order is issued it shall not be revoked ordinarily unless as provided under Rule-21 of the procurement Rules 2014.

5. Eligible Goods and Services: All goods and related services to be supplied under the contract shall conform to the policies of the Government of the Punjab in vogue. All expenditures made under the contract shall be limited to such goods and services. For purpose of this clause, (a) the term "Goods" includes any Goods that are the subject of this Invitation for Bids and (b) the term "Services" includes related ancillary services such as transportation, insurance after sale services etc.

6. Cost of Bidding: The bidder shall bear all costs associated with the

preparation and submission of its bid, and Sahiwal Medical College Sahiwal shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

7. Bidding for Selective Items.

7.1 A Bidder, if he so chooses, can bid for selective items from the list of goods provided in the Schedule of Requirements & Technical Specifications. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements & Technical Specifications.

However, Bidders cannot bid for partial quantities of an item as mentioned in the Schedule of Requirement & Technical Specifications. The bid must be for the whole quantity of an item required in the schedule of requirement & Technical Specifications.

THE BIDDING PROCEDURE

8. The Governing Rules.

8.1 The Bidding procedure shall be governed by the Punjab Procurement Rules, 2014 amended of the Government of Punjab.

9. Applicable Bidding Procedure.

9.1 The bidding procedure is governed by Rule 38 “Procedures for selection of contractors” sub-rule (2) (a) “Single stage-- two envelop bidding procedure”. Bidders are advised also to refer to the Bid Data Sheet above to confirm the bidding procedure applicable in the present bidding process.

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

Single Stage two envelope Bidding Procedure

Single Stage two envelope Bidding Procedure shall be used for procurement of such goods where the bids to be evaluated on technical & financial ground and the procedure for single stage two envelopes shall

Page 51: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 8 of 40

be. i. The bid shall be a single package consisting of two separate envelopes,

containing separately the Financial & the Technical Proposals; ii. The Envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL

PROPOSAL” iii. In the first Instance, the "TECHNICAL PROPOSAL" shall be opened; and the

enveloped marked as financial proposal shall be retained unopened in the custody of the procuring agency.

iv. The procuring agency shall evaluate the Technical Proposal, in the manner prescribed in advance , without reference to the price and shall reject any proposal which does not conform to the specified requirements;

v. During the technical evaluation, no amendments in the technical proposal shall be permitted;

vi. After the evaluation and approval of the technical proposal, the procuring agency shall open the financial proposal of the technically accepted bids, publically at time , date and venue announced and communicated to the bidder in advance, within the bid validity period.

vii. The financial bids found technically non-responsive shall be returned unopened to the respective bidders;

viii. The lowest evaluated bidder shall be awarded the contract.

THE BIDDING DOCUMENTS

10 Contents of Bidding Documents

10.1. The goods required, applicable bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include:-

a. Instructions to bidders; b. Schedule of Requirements & Technical Specifications c. Evaluation Criteria d. Bid Forms

i) Letter of Intension, ii) Affidavit, iii) Technical Forms, iv) Financial Forms)

e. Draft Standard Contract

i) Contract Form ii) General Conditions of Contract; iii) Special Conditions of Contract;

10.2. The “Invitation for Bids” is not a formal part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 10.1 above, the said Bidding Documents shall take precedence.

Page 52: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 9 of 40

10.3. The bidder is expected to examine all instructions, forms, terms and

specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder's risk and may result in the rejection of its bid.

11. Clarification(s) on Bidding Documents

11.1 A prospective bidder requiring any clarification(s) on the bidding documents

may notify the Chief Executive Officer , Sahiwal Medical College Sahiwal, in writing. The procuring Agency shall respond in writing to any request for clarification(s) of the bidding documents, which it receives no later than Ten (10) days, prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the procuring agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.

12. Amendment(s) to Bidding Documents 12.1 At any time prior to the deadline for submission of bids, procuring Agency, for

any reason, whether at its own initiative or in response to a clarification(s) requested by a prospective bidder, may modify the bidding documents byamendment(s).

12.2 All prospective bidders that have received the bidding documents shall be notified of the amendment(s) in writing through post, E-mail, or fax, and shall be binding on them.

12.3 In order to allow prospective bidders reasonable time for taking the amendment(s) into account in preparing their bids, the procuring Agency, at its discretion, may extend the deadline for the submission of bids.

PREPARATION OF BIDS

13. Language of Bid 13.1 All correspondence, communications associated with preparation of Bids,

clarifications, amendments, submissions, shall be written in English or Urdu or both languages. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence.

14. Documents Comprising the Bids 14.1 The bid shall comprise of the Bid Forms of this Bidding Documents and all

those ancillary documentations that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in bid forms.

14.2 The bidder shall complete the bid forms and an appropriate price schedule furnished in the bidding documents, indicating the goods to be supplied, a

Page 53: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 10 of 40

brief description of the goods, their general and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price.

15. Bid Price

15.1 The Bidder shall indicate on the appropriate form, prescribed in this Bidding Document, the unit prices and total bid price of the goods, it proposes to supply under the Contract.

15.2 Form prescribed for quoting of prices is to be filled in very carefully, preferably typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Tender Enquiry number of the quoted item may be marked with red/yellow marker.

15.3 The Bidder should quote the prices of goods according to the technical specifications as provided in of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected.

15.4 The Bidder is required to offer a competitive price. All prices must include the taxes and duties, where applicable and all Ex-work & inland transportation & storage charges till the destination (on free delivery to consignee’s end basis) . If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/ duties.

15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed on to the Procuring Agency.

15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement & technical specifications; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bid.

15.7 No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.

16. Bid currencies: Prices shall be quoted in Pak Rupees.

17. Samples

17.1 The bidder shall provide 6 samples of the quoted packs of each quoted item along with its bid. However in case, the technical evaluation committee needs samples more than six for clinical evaluation , the bidder is bound to provide the requisite number of samples in written request of Chairman TEC/End-user within the period specified. Failure to provide sample in time shall lead to disqualification. However, samples of cold chain (perishable) goods and costly items will be called later at the time of technical evaluation of bids. Additional samples may be asked by Technical Evaluation Committee / end user during scrutiny as per their requirement for evaluation.

17.2 Samples for evaluation shall be submitted on the same day of submission of bid by the bidders.

18. Documentations on Eligibility of bidders

Page 54: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 11 of 40

18.1 The bidder shall furnish, as part of its technical bid (Bid form) as specified,

documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.

18.2 The documentary evidence of the bidder's eligibility to Bid shall be established to the Procuring Agency’s satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders clause 3 above .

19. Documentations on Eligibility of goods

19.1 The bidder shall furnish as part of its Bid(Bid form)as specified , documents

establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.

20. Bid Security

20.1.1 The bidder shall furnish separately against each quoted item, as part of its Financial Bids, in the shape of only CDR from any schedule Bank in the name of Principal Sahiwal Medical College Sahiwal. Failure to furnished the prescribed bid security / lesser bid security than prescribed shall result in the rejection of bids .The bid security must have a minimum validity period of 180 days from the last date for submission of the bids or until furnishing of the performance security , which ever is later.

20.2 The Bid Security shall be forfeited by the purchaser, on the occurrence of

any / all of the following conditions: i). if the bidder withdraws its bid during the period of bid validity specified in bidding documents or ii) if the bidder does not accept the correction in his total bid price or. iii) if the bidder , having been notified for the acceptance of the bid by the purchasers during the period of bid validity , fails or refuses to furnish the performance security , in accordance with the bidding documents.

20.3 Unsuccessful bidders, bid security shall be discharge or returned soon after

announcement of the successful bids. The successful bidders bid security shall be discharged upon signing of contract and furnishing the performance guarantee.

20.4 The bid security shall be in the shape of CDR and item wise. However any bidder opts to bid for more than one item and opts to submit bid security in lump sum, in such cases if the bid security amount is found lesser than the required amount , then the total bid of the said bidder shall be rejected.

21. Bid Validity

21.1 Bids shall remain valid for the period of 180 Days after the date of opening of

Technical Bid. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

Page 55: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 12 of 40

21.2 The Procuring Agency, shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period, Butt under exceptional circumstance and for reasons to be recorded in writing, if an extension is considered necessary, all the bidders shall be requested to extend their respective bid validity period but such extension shall not be for more than the original period of bid validity.

21.3 A bidder who,-

(a) agree to the extension of bid validity period shall also extend the validity of bid security for the extended period of the bid validity . (b) Agrees to the procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of the bid and . (c) Does not agrees to an extension of bid validity period shall be allow to withdraw the bid without forfeiture of the bid security .

22. Format and Signing of Bid:

22.1 The bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. 22.2 The Bid shall be accompanied by the original receipt for payment made for the

purchase of the bidding documents. In an event where the Bidder has downloaded the bidding documents from the web, he will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid.

22.3 The original bid shall be typed or written in indelible ink. All documents should contain proper page marking, attached in sequence as indicated for evaluation in the bidding documents and signatures of authorized person. Moreover, signing and stamping of each page of bidding document/form is mandatory.

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

SUBMISSION OF BIDS

23. Sealing and Marking of Bids

23.1 The envelopes shall be marked as "FINANCIAL PROPOSAL" and "TECHNICAL

PROPOSAL" in bold and legible letters to avoid confusion. Similarly, the bidder shall seal the proposals / bids in separate envelopes. The envelopes shall then be sealed in an outer envelope.

23.2 The inner and outer envelopes shall: a. be addressed to the Procuring Agency at address given in the invitation for bids and . b. Bid reference number indicated in the Bid data sheet, Tender Enquiry No.

Indicated in Section III , Schedule of Requirements & Technical Specification and statement: DO NOT OPEN BEFORE “ , the time and the date specified in the Bid data sheet for opening of bids.

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

Page 56: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 13 of 40

enable the bid to be returned unopened in case it is declared as "'non-responsive" or "late".

23.4 If the outer as well as inner envelope is not sealed and marked as required by 23.1 to 23.4 above the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening .

24. Deadline for Submission of Bids:

24.1 All bids should be submitted in tape bending. Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid Data Sheet. Bids received later than the time and date specified in the Bid Data Sheet will stand summarily rejected.

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

the submission of bids by amending the bidding documents in accordance with IBT Clause 12 above, in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.

25. Late Bids: 25.1 Any bid received by the Procuring Agency after the deadline for submission of

bids prescribed by Procuring Agency Pursuant to ITB Clause 24 shall be rejected and returned unopened to the bidder .

26. Withdrawal of Bids: 26.1 The bidder may withdraw its bid after the bid's submission and prior to the

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

of bids and the expiration of the period of bid validity specified in Bid Data Sheet. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the bidder, pursuant to the ITB clause 20 above.

OPENING AND EVALUATION OF BIDS

27. Opening of Bids by Procuring Agency

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

presence of the bidders or their authorized representatives who choose to attend the bid opening on the date, time ,and venue prescribed in the Bids data sheet.

27.2. The opening of the bids shall be subject to the bidding procedure prescribed in the Bid Data Sheet and elaborated in ITB clause of above.

27.3 All Bidders in attendance shall sign and attendance sheet. 27.4 The Procuring Agency shall open one Bid at a time and read out aloud its

contents which may include name of the Bidder, items bided for and unit prices and total amount of the Bid (if applicable). The Procuring Agency may choose to announce any other details which it deems appropriate if not in conflict with the PPR-2014, specifically Rule 30 (Opening of Bids).

Page 57: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 14 of 40

27.5 The Procuring Agency have the minutes of the bid opening (Technical & When Applicable, Financial) recorded.

27.6 No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned un-opened to the bidder.

27.7 The financial bids found having without Bid Security shall also be returned unannounced to the bidders; However, prior to return to the bidder, the Chairman of the Purchase / Procurement Committee shall record statement / reason on such bids.

28. Clarification of Bids: 28.1 During evaluation of the bids, the Procuring Agency may, at its discretion,

ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.

29. Preliminary Examination

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

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

a. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.

b. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited.

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

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

e. f. If a bid is not substantially responsive, it shall be rejected by the

Procuring Agency and may not subsequently be made responsive by the bidder by correction of the nonconformity.

g. h. Evaluation of Bids i. j. The Procuring Agency shall evaluate and compare the bids, which have

been determined to be substantially responsive in accordance with ITB

Page 58: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 15 of 40

Clause 29 above. k. l. All bids shall be evaluated in accordance with the evaluation Criteria and

other terms and conditions set forth in these bidding documents i.e. Rule 32 of PPR 2014.

m. n. For the purposes of comparison of bids quoted in different currencies,

the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day.

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

p. Qualification of Bidder q. r. The Procuring Agency, at any stage of the procurement proceedings,

having credible reasons for or prime facie evidence of any defect in the capacity or otherwise of a contractor, whether or not prequalified, may require the contractor to provide such further information concerning the professional, technical, financial, legal or managerial competence as the procuring agency may decide.

s. Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding.

t. The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily.

u. The determination can take into account the bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the bidder’s qualifications submitted by the bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary.

v. An affirmative determination shall be a prerequisite for award of the Contract to the bidder. A negative determination shall result in rejection of the bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that

w. bidder’s capabilities to perform satisfactorily. x. The Procuring Agency shall disqualify a contractor on the ground that he

had provided false , fabricated or materially incorrect information. y. Rejection of Bids

z. The Procuring Agency may reject any or all bids at any time prior to the

acceptance of a bid or proposal as prescribed in Rule 35 of Punjab Procurement Rules -2014. The Procuring Agency shall upon request

Page 59: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 16 of 40

communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but shall not be required to justify those grounds.

29.3 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 32.1 towards Bidders who have submitted bids.

29.4 Notice of the rejection of any or all bids shall be given promptly to the concerned bidders which submitted bids.

30. Re-Bidding

30.1 If the Procuring Agency rejected all bids in pursuant to ITB Clause 32, it may proceed with the process of fresh bidding but before doing that it shall assess the reasons for rejection and may if necessary, revise specifications , evaluation criteria or any other condition for bidders.

31. Announcement of Evaluation Report

31.1 The Procuring Agency shall announce the results of the bid evaluation in form of a report, not inconsistent with Rule 37 of the PPR-2014 giving justification for acceptance or rejection of bids at least ten days prior to the award of Procurement Contract.

32. Contacting the Procuring Agency.

32.1 Subject to IBT Clause 28 above , no bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a Bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing.

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

Award of Contract

33. Acceptance of Bid and Award Criteria

33.1 The bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Punjab Government, shall be awarded the Contract, within the original or extended period of bid validity.

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

34.1 The Procuring Agency reserves the right at the time of award of contract to increase or decrease, the quantity of goods originally specified in schedule of Requirements & Technical Specifications without any change in unit price and other terms & conditions.

35. Notification of Award.

35.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful bidder in writing that its bid has been accepted.

35.2 The notification of award shall constitute the formation of the contract between the Procuring Agency and the successful bidder.

Page 60: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 17 of 40

35.3 The enforcement of the contract shall be governed by Rule 63 of the PPR-2014( Amended).

36. Limitation on Negotiations.

36.1 Save and otherwise provided in PPRA Rules 2014( Amended) , Procuring Agency shall not negotiate with any bidder.

37. Signing of Contract.

37.1 After the completion of the Contract Negotiations the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties.

37.2 Within ONE week of receipt of the Contract Form, the successful bidder and the Procuring Agency shall sign the Contract in accordance with the legal requirements in vogue.

37.3 If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted an de-barred from future participation, whether temporarily or permanently.

37.4 The Contract shall become effective upon affixation of signature of the Procuring Agency and the selected Bidder on the Contract document, and shall be governed by the terms and conditions mutually agreed in the contract, bidding documents and relevant laws/Rules.

37.5 The contract is to be made on stamp paper worth of Rs. # 25 paisa per every one hundred rupees of the total value of the contract, under section 22(a) (B) of schedule 1 of Stamp Duty Act 1899 read with Fiancé Act 1995 (Act-Vl of 1995) Notification No. JAWE/HD /8-21/77(PG) dated 1st January , 2014.

38. Performance Guarantee.

38.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee, on the Form and in the mannered prescribed by the Procuring Agency.

38.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee.

38.3 Failure to provide the Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the Procuring Agency may award the contract to the next lowest evaluated bidder or call for new bid.

39. Price Reasonability Certificate

39.1 The supplier shall certifies on judicial stamp paper that the prices quoted are not more than the trade prices as per MRP (Maximum Retail Price) fixed by the Fe4deral Government under Drugs Act, 1976 /DRAP Act, 2012 (If applicable ).

40. All supplies will comply with the provision of Drugs Act 1976/DRAP Act , 2012 and rules framed there under / notifications issued by the Federal /Punjab Govt. (If applicable)

Page 61: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 18 of 40

Page 62: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 19 of 40

SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS:

Schedule of Requirements:

The supplies shall be delivered in accordance with the Purchase Orders as per following schedule of requirements: -

Respective Consignee’s End: Name & Address of Procuring Agency

Free delivery to Consignee’s end (DDP) basis:

MODE OF PENALTY DELIVERY OF 100% QUANTITY AS PER PURCHASE ORDER

Without Recovery of Late Delivery Charges

1. 25 days from the date of issuance of purchase order for Local Manufactured Items.

2. 35 days from the date of issuance of purchase order for Imported Items.

With Recovery of Late Delivery Charges @ 0.067 % per day

After 25 / 35 days respectively and decided by concerned Consignee on the formal request of supplier with proper justification.

Maximum Rate of Late Delivery Charges

Maximum limit of Late Delivery Charges is 10% of the contract after which contract will be cancelled with all legal and codal formalities

Risk Purchase

After expiry of prescribed delivery period the Procuring Agency will proceed for risk purchases (at the risk & cost of defaulter) to ensure the un-interrupted healthcare services to the patients. The risk purchase will be automatically done if no request of bidder is received for grace period or stock is nil.

Separate Purchase order(s) shall be issued, out of the total advertised

quantities as per schedule mentioned in list of requirements during the contract period as per storage capacity, consumption of the previous stock to avoid any untoward situation regarding short fall in shelf life, efficacy, etc. Payment shall be made on production of inspection certificate and receipt certificate from the consignee (Store Department) after recovery of Government dues including professional taxes. Part supply and part payment may be allowed.

Page 63: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 20 of 40

LIST OF ITEMS QUANTITIES AND TECHNICAL SPECIFICATIONS

DEMAND OF FRAMEWORK CONTRACT FOR LAB KIT , CHEMIAL & GLASS WARES ITEMS FOR THE YEAR 2020-21

BID ENQUIRY

NO. GENERIC SPECIFICATIONS

ESTIMATED COST PER UNIT

TOTAL QTY

2% OF THE ESTIMATED TOTAL COST

(Required for Bid Security)

LIST ATTACHED

NOTE: -

1. The bidder shall provide 6 samples of the quoted packs of each quoted item along with its bid. However in case, the technical evaluation committee needs samples. The bidder is bound to provide the requisite number of samples in written request of Chairman TEC/End-user with in the period specified. Failure to provide sample in time shall lead to disqualification.

2. For thermolabile terms for which storage temperature is 2-8 degree centigrade. The firm shall be bound to produce batch wise cold chain data from the source of origin & thermolog data from factory to Consignee’s end.

3. Any further information can be obtained from the office of Principal Sahiwal Medical College Sahiwal.

4. Sensitivity discs for antibiotics shall be provided by the concerned approved bidder with the approved products free of cost.

5. Samples for evaluation shall be submitted on the same day of submission of bid by the bidders.

Page 64: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 21 of 40

Part =A Compulsory Parameters for all Categories Failure to comply with any compulsory parameter will result in disqualification of bidder.

Computerized National Identity Card

N. T. N. Certificate

G. S. T. Reg. Certificate (where applicable)

Bid Security (Estimated price as mentioned in tender documents, indicating the

number, date and Bank (Copy must be attached with the technical bid).

Under Taking Certificate Regarding Black Listing on the legal stamp paper of

Rs.100/-or more.

Bid Validity Period of 180 days

Signed Terms & Conditions / Bidding Documents

Authorization Letter from Manufacturer/Sole Agent in case of Sole Distributor)

if applicable.

Tender Sale Receipt

Part-B FOR LAB KIT, CHEMICAL & GLASS WARES ITEMS ORDINARY PARAMETERS:

The bid complying with compulsory parameter shall be evaluated for below

mentioned parameters:

Sr. Parameters Detail Total Remarks

No. Marks

1 Past Performance Major institutions served, Past performance, contract 20 The claim requires

(Last two years) execution: documentation )

As per Bid Form

4 i 1

4 Purchase Orders,

Receipt Certificates &

ii 2 to 3 8

Delivery Challans,

etc.)

iii 4 to 5 12 from the concerned

iv 6 to 7 16 institution.

v 8 and above 20

2 Market / 20 The market experience will

Institution not go beyond the date of

experience of i. 1 -2 years 10 registration (for registered

quoted product. ii. 3-4 years 05 items). The market

availability of quoted item

iii 5-6 years 20

will be calculated from the

date of commercial invoice

the product having less in

open market than

Experience will be confirmed from the

Agency Agreement date

and bill of landing (for

registered items). For non

registered items experience

shall be confirmed from 1st

Page 65: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 22 of 40

market launch of the

product with documentary

proof / institution.

3 Compliance of 20 Valid copies of certificates

Quality Standards

/ letters required.

i FDA/WHO approved 20

ii Others 10

4 Financial status of 20 FBR Tax Return

Bidders i 2 Million or above 20 showing sale of last

financial year is ii 1 Million or above

10

required.

Iii 0.5 Million or above

05

5 Contract 10 The bidder is required to

Execution

attach contract execution i Supply orders executed in two Tertiary Care 10

Hospitals Punjab including Mayo Hospital certificate from concerned

Lahore within due delivery period institution

ii Supply order executed in Tertiary Care 05

Hospitals Punjab

Technical Staff 10

The bidder is required

to

6 i Regional Manager Graduation in

attach attested copies

of

/ Head of

concerned

field 2

the relevant degrees

and

Concerned

Post

graduation appointment letters of Department in concerned concerned technical

field 4 staff. (Bank salary

transaction statement of ii Institutional Graduation in

Manager

concerned

field 2 concerned staff)

Post graduation

in concerned

field 3

iii Territory Managers Graduation in

/ Quality

concerned

field 2

Assurance Post graduation

Manager in concerned

field 3

100

Note: Clinical Efficacy / Usefulness of quoted items will be evaluated by the end-user(s) / technical committee and shall be given 100 % weight age. If the product is failed to satisfy the

clinical parameters and not approved by the end –user(s) / technical committee on clinical

grounds, it will be rejected in-spite of qualifying other parameters.

Minimum Qualifying Marks = 65% of Total Marks = 65

Page 66: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 23 of 40

PART C EVALUATION OF SAMPLES AS PER ADVERTISED SPECIFICATON

BID NAME BRAND MANUFACTURER ACCOUNTING SAMPLE REMARKS

ENQUIRY OF NAME / COUNTRY OF UNIT STATUS (RESPONSIVE

NO. ITEMS ORIGIN / NON

RESPONSIVE

WITH VALID REASON

Recommendation of par ( C )

___________________________________________________________

Page 67: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 24 of 40

BID COVER SHEET

Bid Ref.No. Date

Name of the supplier/firm Contractor

Adreess

E-mail: Phone: Facsimile:

Bid Security. Bid Security attached with Financial Bid YES NO

Bid for: : All Items mentioned in the Schedule of Requirements. : Selected Items from the Schedule of Requirements1. List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No2. and the name of the Items selected for Bidding. Use additional Sheets if Required)

S. No. Name of the Item

Signed: Dated: Official Stamp: Attachment3: Original receipt for the purchase of the bidding documents.

BID FORM 1

Bid Ref No. Date of the Opening of Bids

Letter of Intention

Page 68: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 25 of 40

Name of the Contract :{ Add name e.g. Supply of Items etc} To: [Name and address of Procuring Agency]

Dear Sir,

Having examined the bidding documents, including Addenda Nos. [insert numbers& Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid.

In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts, and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us.

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

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents. Dated this [insert: number] day of [insert: month], [insert: year].

Signed:

Page 69: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Sahiwal Medical College and Allied Hospitals Sahiwal Page 26 of 40

BID FORM 2

AFFIDAVIT I/We, the undersigned solemnly state that:

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

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

3) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB.

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

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

6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract.

7) The undersigned are not blacklisted or facing department from any Government, or its organization or project.

8) The undersigned is ready to all by the charges sample(s)( 1 or more depending upon the ordered quantity amounting to Rs.10 million or more) tested by any international WHO accredited Laboratory , collected by Department’s Inspection Committee which will be paid directly to the International Lab and will accept the results.

9) I/We further under take to provide the Batch Release Laboratory Test Reports of each batch of the product on its delivery.

10) The price offered to Sahiwal Medical College Sahiwal is not more than any institution.

11) In case offered product is not consumed with in prescribed shelf life , I / we undertake to replace the same without any extra charges.

12) Incase product is declared spurious , adulterated , counterfeit , misbranded or substandard, I /we undertake to provide fresh stock without any extra charges.

13) I / we undertake to adhere with the polices of the hospital / Government / DRAP for disposal of such product (mentioned above).

14) I / we undertake that prices coated by us are not more than the prices charge by us from any other procuring agency. In case of price difference I have no objection for such deduction.

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

Signed

Page 70: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

27

Sahiwal Medical College and Allied Hospitals Sahiwal Page 27 of 40

BID FORM 3(A)

Name of the Firm Bid Reference No: Date of opening of Bid. Documentary Evidence: Eligibility of the Bidders and Goods

Required Documentation (To Be Filled by the Procuring Agency)

Checklist4 (To be initialed by the Bidder against each document)

Relevant Page Number5 in the Bid (To be filled by the Bidder)

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

Column:1

Column:2 Column:3 Column:4

Letter of Manufacturer's authorization

Partnership Deed (where applicable)

NTN Certificate

GST Certificate

Letter of Intention

Affidavit

One year experience evidence

Original Receipt of purchase of Bidding Documents

BID FORM 3(B)

MANUFACTURER’S AUTHORISATION 6

To: [Name &Address of the Procuring Agency]

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name and/or description of the goods] having factories at [address of factory] do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against the Invitation for Bids (IFB) No. [Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.

Signature: ------------------------------ --.

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

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

Page 71: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

28

Sahiwal Medical College and Allied Hospitals Sahiwal Page 28 of 40

BID FORM 4

Firm’s Past Performance7.

4 Bidders should only initial against those requirements that they are attaching with the form 3(a). In case they do not have any document to attach the corresponding cell in column 2 should be left blank.

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

6 This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid.

7 Bidders may use additional Sheets if required.

Name of the Firm:

Bid Reference No:

Date of opening of Bid:

Assessment Period: (One Year as per Evaluation Criteria)

Name of the Purchaser/Institution

Purchase Order No.

Description Of Order

Value of Order

Date of Completion

Purchaser’s8 Certificate

Page 72: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

29

Sahiwal Medical College and Allied Hospitals Sahiwal Page 29 of 40

BID FORM 5

Offered Item (s) (Technical Bid)

User Note: This form is to be filled by the Bidder for each individual

item and shall submit in envelope marked as Technical Proposal.

Name of the Firm:

Bid.Ref.No:

Date of opening of Bid.

T/E No.

Name of the Item

Offered Specifications with make /

manufacturer, country of origin etc.

Brand Name Pack Size

1

2

3

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

Designation: ------------------------------------------------ Date: ------------------------------------------------

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

Page 73: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

30

Sahiwal Medical College and Allied Hospitals Sahiwal Page 30 of 40

BID FORM 6

Price Schedule (Financial Bid)

User Note: This form is to be filled by the Bidder for each individual

item and shall submit in envelope marked as Financial Proposal.

Name of the Firm: Bid.Ref.No: Date of opening of Bid.

8 All certificates are to be attached with this form.

T/E No.

Name of the Item

Offered Specificatio

ns with make /

manufacturer,

country of origin

etc.

Brand Name

Pack Size

Trade Prize

Retail Price

Offered Unit Price (Inclusive

of all taxes)

Total price in figure

Total price in words

1

2

3

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

Designation: ------------------------------------------------ Date: ------------------------------------------------

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

Page 74: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

31

Sahiwal Medical College and Allied Hospitals Sahiwal Page 31 of 40

Special Conditions of the Contract

AGREEMENT THIS CONTRACT is made at on day of 20____, between The Principal Sahiwal Medical College Sahiwal (hereinafter referred to as the “Purchaser”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas, the Purchaser has accepted the bid by the Supplier; NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:-

a. the Schedule of Requirements. b. the Technical Specifications. c. the Price Schedule submitted by the Bidder. d. the Purchaser’s Notification of Award. e. the Purchase Order f. the General Conditions of Contract g. the acceptance of bid.

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

respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”:

3. The Term of the Contract: This contract shall remain valid for one year from the date of signing or as mentioned in the contract form, unless amended by mutual consent.

4. The Supplier declares as under: i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any

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

ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Sahiwal Medical College Sahiwal, except that which has been expressly declared pursuant hereto.

iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Sahiwal Medical College Sahiwal and has not taken any action or shall not take any action to circumvent the above

Page 75: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

32

Sahiwal Medical College and Allied Hospitals Sahiwal Page 32 of 40

declaration, representation or warranty. iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not

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

v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by *The Supplier+ as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency.

vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The Secretary Health or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties.

5. Items to be Supplied & Agreed Unit Cost: (i)The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder (Annex C).

(ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical Specification (Annex B) prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with transportation and other agreed incidental costs.

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

the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of *supplier’s name]

8. Payment Schedule: All payments to the Supplier shall be made in accordance with the agreed Payment Schedule at Annex: F, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule at Annex F.

9. Performance Guarantee: (i) The Supplier, within 07 days of signing of this contract, shall provide to the Purchaser a Performance Guarantee equivalent to 5% of the total Contract amount in the shape of CDR from any scheduled bank on the prescribed format and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract.

ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract.

10. Penalties/ Liquidated Damages.

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

Page 76: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

33

Sahiwal Medical College and Allied Hospitals Sahiwal Page 33 of 40

frame specified in the Schedule of Requirement, the Contract to the extent of non-delivered portion of supplies shall stand cancelled. ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non– delivered portion of supplies shall be forfeited. iii) If the Supplier fails to supply the whole consignment, the entire amount of Performance Guaranty/ Security shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation. iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: [insert: name of office ] [insert: name of officer ] [insert: postal address ] [insert: telephone number, indicate country and city code ] [insert: facsimile or cable number or e-mail address ] For the Supplier:

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

Signed/ Sealed: For the Purchaser.

Signature: _____________

Name: _______________

Designation: ___________

Signed/ Sealed: For the Manufacturer/ Authorized Supplier/ Authorized Agent. Signature: _____________ Name: __________________ Designation: Technical Specifications and Ancillary Services

a). Product Specifications.

(Detailed technical specifications, given in list, will be followed)

b). Labeling and Packing

i. The manufacturer shall follow the items (Labelling and Packing) Rules 1986, framed under the Drugs Act, 1976.

ii. However, the name of item (Brand), equally prominent, should be printed/ written in indelible ink both in English and Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, All tablets shall be supplied in

Page 77: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

34

Sahiwal Medical College and Allied Hospitals Sahiwal Page 34 of 40

aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in glass / pet bottle with sealed caps.

c) Additional instructions for packing

i. The suppliers are required to furnish the Warranty certificate with regard to the potency and stability of the item for human consumption etc. in accordance with the Drug Act, 1976 on judicial paper.

ii. The bidder shall supply the store in special green packing with Logo of the Government of Punjab. The following wording/insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of items supplied by the foreign manufacturer the mentioned condition may be relaxed by the Procuring Agency.

Not for Sale “Property of DHQ, GHAQ and Sahiwal Medical College Sahiwal” d) Shelf Life

i. i. The shelf life must be up to 85% for the locally manufactured items and 75% for the imported items. ii. The lower limit of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of

actual shortfall in shelf life below prescribed limit for locally manufactured and imported items respectively.

e). Testing/Verification Procedures

i. In case of substandard report of any batch, the Supplier has the right to go for appellate laboratory. If it is again declared substandard, the Supplier will be intimated and they will be bound to re-supply the entire fresh stock of that batch free of cost within the specified time period to be intimated by the purchaser but not later than 21 days (three weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. The supplies found to contravene the section 23 of Drugs Act, 1976 will not be returned to the supplier till the decision of the Provincial Quality Control Board.

ii. The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it is declared of standard quality by end user, if found not according to the approved sample and other technical specifications like packaging, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the unconsumed expired stores without any further charges.

iii. Provided item (s) were required may be tested from concerned laboratory / institute etc and the cost of sample (s) and deposit fee shall be the responsibility of vender / supplier.

f). Transportation/Delivery Requirements

i. The Supplier shall arrange such transportation of the items as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement

ii. All costs associated with the transportation including loading/unloading of the items and road taxes shall be borne by the Supplier.

iii. All cold chain (perishable) items must be delivered in a safe and proper manner, prescribed for such types of items.

PAYMENT SCHEDULE

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

Page 78: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

35

Sahiwal Medical College and Allied Hospitals Sahiwal Page 35 of 40

upon submission of required documents and in accordance with the procedure mentioned in the PPR-2014. However, if there is any alternate payment schedule, agreed by the Procuring Agency and Supplier, will be annexed here)

General Conditions of Contract (GCC)

1. Definitions 1.1 In this Contract, the following terms shall be interpreted

as indicated:

(a) “The Contract” means the agreement entered into between the Purchaser and the Supplier, as recorded in the Agreement signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its Contractual obligations.

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

(d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods upto the desired destinations and other such obligations of the Supplier covered under the Contract.

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

(f) “SCC” means Special Conditions of the Contract. (g) “The Supplier” means the individual or firm supplying

the goods under this Contract. (h) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

3. Source of Import

3.1 All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services.

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

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

manufacturing or processing. 4. Standards 4.1 The goods supplied under this Contract shall conform to the standards

Page 79: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

36

Sahiwal Medical College and Allied Hospitals Sahiwal Page 36 of 40

mentioned in the Technical Specifications.

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

mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and

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

this Contract.

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

4.4

5.

risk purchase (which will be purchased by the Hospital the price difference shall be paid by the Supplier.

In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e removal from purchaser’s premises, burning, dumping, or inceration.

Use of Contract Documents and Information

5.1

5.2

5.3

5.4

6.

The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

The Supplier shall not, without the Purchaser’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract.

Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.

The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Supplier.

Patent Rights

6.1

7.

The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.

Submission of Samples

7.1 Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be.

Page 80: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

37

Sahiwal Medical College and Allied Hospitals Sahiwal Page 37 of 40

8. Ensuring Storage Arrangements

8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least 0ne (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall , at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay.

9. Inspections and Tests 9.1 The Purchaser or its representative shall have the right to inspect and/or to

test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser.

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

9.3

9.4

The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods delivery from the point of Supply or manufacturing.

Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract.

10. 10.1

10.2

10.3

Delivery of Documents

The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make delivery of the goods.

The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of delivery and in the manner prescribed.

The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the buyer after the Goods having been delivered.

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

subject to the contract.

12.Transportation 12.1

12.2

The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their

final destination and in accordance with the terms and manner

prescribed in the Schedule of Requirement

All costs associated with the transportation of the goods subject to this

contract shall be borne by the Supplier.

13.

Incidenta

l Services

13.1 The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid

price.

14. Warranty 14.1

14.2

All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in the SCC as per Drugs Act, 1976.

The Purchaser shall promptly notify the Supplier in writing of any

claims arising under this warranty.

Page 81: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

38

Sahiwal Medical College and Allied Hospitals Sahiwal Page 38 of 40

15. Payment 15.1

15.2

The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment Schedule agreed and annexed to

this contract.

The currency of payment shall be Pakistan Rupee.

16. Prices 16.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall

remain the same till the expiry of the contract unless the Parties to this

contract mutually agree to vary the prices.

17. Contract Amendments 17.1 No variation in or modification of the terms of the Contract shall be

made except by written amendment signed by the Parties.

18. Assignment 18.1 The Supplier shall not assign, in whole or in part, its obligations to

perform under this Contract, except with the Purchaser’s prior written consent.

19. Subcontracts 19.1 The Supplier shall not be allowed to sublet and award subcontracts under

this Contract.

20. Delays in the Supplier’s Performance

20.1

20.2

20.3

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

the time schedule prescribed by the Purchaser in the Schedule of

Requirements.

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

encounters conditions impeding timely delivery of the goods, the

Supplier shall promptly notify the Purchaser in writing of the fact of the

delay, its likely duration and its cause(s). As soon as practicable after

receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the

extension shall be ratified by the Parties by an amendment to the

Contract.

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

performance of its delivery obligations shall render the Supplier liable to

the imposition of liquidated damages as prescribed in the SCC, unless

the parties to this contract mutually agree for extension of time.

21. Termination for Default 21.1 The Purchaser, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to the Supplier, may

terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract and subsequent purchase

order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 20; or

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

Contract.

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

corrupt or fraudulent practices in competing for or in executing the

Contract.

For the purpose of this clause Corrupt and fraudulent practices means:

the offering, giving, receiving, or soliciting of any thing of value to

influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the

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

procurement process or the execution of a contract, collusive practices

among bidders (prior to or after bid submission) designed to establish

bid prices at artificial, non-competitive levels and to deprive the

Procuring agencies of the benefits of free and open competition and any

request for, or solicitation of anything of value by any public official in

the course of the exercise of his duty”

Page 82: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

39

Sahiwal Medical College and Allied Hospitals Sahiwal Page 39 of 40

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

Supplier shall not be liable for forfeiture of its Performance

Guaranty, or termination/ blacklisting for default if and to the extent that it’s delay in performance or other failure to perform

its obligations under the Contract is the result of an event of

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

Supplier and not involving the Supplier’s fault or negligence

directly or indirectly purporting to mis-planning

mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the

Purchaser in its sovereign capacity, wars or revolutions, fires,

floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes.

22.2 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and valid evidence of

such condition and the cause thereof. The Purchaser shall examine

the merits of the case and all reasonable alternative means for

completion of purchase order under the Contract and inform the Supplier of its findings promptly.

22.3

Unless Purchaser informs the Supplier in writing of its agreement

on the application of force majeure, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably

practical and shall seek reasonable alternative means for

performance not prevented by the Force Majeure event.

23. Termination for

Insolvency 23.1

The Purchaser may at any time terminate the Contract by giving written notice of one month time to the Supplier if the

Supplier becomes bankrupt or otherwise insolvent. In this event,

termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right

of action or remedy which has accrued or shall accrue thereafter to

the Parties.

24. Arbitration and resolution

of Disputes 24.1

The Purchaser and the Supplier shall make every effort to resolve

amicably by direct informal negotiation any disagreement or

dispute arising between them under or in connection with the Contract.

24.2

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

negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute. Either party may require that

dispute, either party may require that the dispute be referred to the

arbitrator for resolution through arbitration.

24.3 In case of any dispute concerning the interpretation and / or application of this contract shall be settled through arbitration

under the Arbitration Act of 1940 (as amended from time to time)

24.4 Redressal of Grievances and Arbitration shall be in accordance

with Rules 67 and 68 or PPR, 2014 and amended respectively.

25. Governing Language 25.1

The contract shall be written in English language. Subject to GCC Clause 26, the version of the contract written in the specified

language shall govern its interpretation. All correspondence and

other documents pertaining to the Contract, which are exchanged by the parties, shall be written in English

26. Applicable Law 26.1 This Contract shall be governed by the Laws of Pakistan and the

Courts of Pakistan shall have exclusive Jurisdiction.

27. Notices 27.1

Any notice given by one party to the other pursuant to this contract

shall be sent to the other party in writing and on the others address specified in SCC.

Page 83: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

40

Sahiwal Medical College and Allied Hospitals Sahiwal Page 40 of 40

27.2 A Notice shall be effective when delivered or on the notice’s

effective date. Whichever is later.

28. Taxation 28.1 All Taxation, whether International, Federal, Provincial or Local

Shall be borne by the supplier.

29. Risk Purchase

29.1

Risk Purchase shall be proceed as options:-

Option 1. Risk Purchase (On account of bulk procurement) shall be made from the descending lowest bidders where available /

applicable.

Option 2. Petty Purchase through sanction / quotation shall made

as per financial limits, in case of failure against option 1 Option 3. Local / Day to day Purchase Shall be adopted for urgent

requirements only till the availability in stores by above mentioned

modes. Stores must be kept up to cope with the urgent needs of patient.

29.2

If the first lowest contractor failed to supply the product in

prescribed time of delivery, risk purchase will be made and the extra amount will be deducted from the CDR / Bills of the bidder

laying in this hospital.

Note. Any matter not prescribed in the said bidding documents, or

the detail off which is or which is not present herein, shall be dealt as mentioned in Health Department Standard, Standard Bidding

Documents Prepared under PPR, 2014 and amended.

PRINCIPAL Sahiwal Medical College

Sahiwal

Page 84: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

dlVot*(W6t;3- {-61-iJ3 R A Btock ;.r*,9,1r,d!) QV{fw<,V6"?4?oV;s)tt'oic *l

gaaJW

l,:,;{,-Q" {-6-rJ J, d,-(' Sv.z*il 25,000.1, :ViJ6,qtJt{ L4u;tJt'Y-,!n * ; V,,! L p tf /fi t,; /- fu : ; t1 ft{ *' t t 6 b'6'p' 4' (x t)r' / ('S u

- rln J.w L O ji, v r{,J,,.t., ty r * t : L 4 t,1,,',.f,,t,!* r r! c (q' J t''s 14 i r 6 *' r

- Lrln fu,f1'i* i),!=V, ii4-t f, *(+t vff7 0 rS k' :'tq : r) t"*V( -(, p a7,(7 f. e ; Vi J fill-t, L,f0,T.(4 t :r Lt) P, e :6t $, $ W, :t rJr : L ) r:r t !,li r/ - a

-("

j * y$ i s,! /{i u; L,fi \*'.1, ;t{ct | 4 a 9,{r }' ua r: 0 f!fu f v Cl,ff W - \

67rVr,*6VUrfV-6 06-08-2020 str'$ft;'VtttJ /:tn v 1 ,000i'y'.StVSt* tir/ '1'z ..2 (, (

- *07 ^08-20204 V o ? | t) /*t tla

*(n,J tolo,{ rc-08-202} t t*rrtlt*n;,.7t7($l 10-08-2020 a/(b(W -^

/?4ryufi*t&y)tavJWJg {-6wt

o4o-e2oo nt ./si )wh

Page 85: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 1 of 15

______________________________________________________________________________________

BIDDING DOCUMENTS

FOR THE PURCHASE OF GENERAL STORE

(CONSUMABLE AND DURABLE ITEMS AND

ELECTRICAL ITEMS), STATIONERY ITEMS,

PRINTING MATERIALS, X-RAY FILMS &

CHEMICALS, DIGITAL ELECTRIC PANEL AND

BEDDING & CLOTHING (LENIN ITEMS) ETC

FOR SAHIWAL MEDICAL COLLEGE SAHIWAL

AND ALLIED HOSPITALS SAHIWAL FOR THE

FINANCIAL YEAR 2020-21.

Page 86: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 2 of 15

______________________________________________________________________________________

SAHIWAL MEDICAL COLLEGE AND ALLIED HOSPITALS SAHIWAL

INVITATION FOR BIDS FOR THE YEAR 2020-21 Sealed Bids are invited on frame work contract basis from well reputed

manufacturer/Importers/ Sole agent in case of foreign principal or their authorized distributor for the purchase

& supply of following on F.O.R / C&IF basis for S.M.C SAHIWAL allied institutions. The sale of tenders will

be started from the date of publication of this advertisement in press.

Sr. # Name of Tender

Last Date for

purchase of Tender

During Office

Hours

Date & time of

Receiving Tender

Date & Time of

Opening Tender

01

Frame Work Contract for the

Purchase of General Store

(Consumable and Durable Items

and Electrical Items) etc.

06-08-2020

07-08-2020 11:00 AM

07-08-2020 11:30 AM

02 Frame Work Contract for the

Purchase of Stationery Items etc. 06-08-2020 07-08-2020

11:00 AM 07-08-2020 11:30 AM

03

Frame Work Contract for the

Purchase of Bedding & Clothing

(Lenin items) etc.

06-08-2020 07-08-2020 11:00 AM

07-08-2020 11:30 AM

04 Frame Work Contract for the

Purchase of Printing Materials. 06-08-2020 07-08-2020

11:00 AM 07-08-2020 11:30 AM

05

Frame Work Contract for the

Purchase of X-ray Films &

Chemicals

06-08-2020 07-08-2020 11:00 AM

07-08-2020 11:30 AM

06

Purchase of Digital Electric Panel

11KVA for Sahiwal Medical College

Sahiwal

08-08-2020 10-08-2020 11:00 AM

10-08-2020 11:30 AM

1. Tender Documents containing terms & conditions and detailed specifications of required items

can be obtained on payment of Rs.1000/- (NON-REFUNDABLE) being the tender Cost for each

tender separately) from the office of the Purchase Section Sahiwal Medical College Sahiwal on

any working day during office hours according to above schedule.

2. All tenders shall be submitted / placed in the tender box lying in front of the office of the Medical

Superintendent DHQ Teaching Hospital Sahiwal at given date & time. Any tender received after

specified time will not be entertained. Tenders will be opened in office of Medical Superintendent

DHQ Teaching Hospital Sahiwal according to schedule given above in presence of bidders or

their authorized representatives who wish to be present at the time of opening.

3. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid

or proposal as per Clause 35, PPR rules 2014 and amended.

Page 87: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 3 of 15

______________________________________________________________________________________

4. Earnest money @ 2% of the quoted item will be in the shape of deposit at call issued in favor of

Principal Sahiwal ,Medical College and Allied Hospitals Sahiwal, attached with the quotation

documents.

5. Procurement shall be governed by the Punjab Procurement Rules 2014 and amended.

6. Single Stage –Two envelope procedures (Technical & Financial) as per rule 38 (2) (a) of PPRA

rule 2014 and amended, shall be applied.

i) Tenders should be submitted comprising a single package containing two separate envelops.

Each envelop will contain separately the financial proposal and the technical proposal.

ii) Envelop shall be marked as “Financial Proposal” and “Technical Proposal” in Bold and legible

letters to avoid confusion. The financial proposal envelop will only be opened after technical

approval as per PPR rules 2014 and amended.

iii) On rejection of Technical Proposal, the Financial Proposal will be returned unopened. The institution

will not be responsible for any opening of Financial Proposal, where it is submitted collectively for all

the items, or found opened on submission or not properly sealed.

7. The firms already under process of disciplinary action, defaulter or black listed with any Public Sector

organization will not be allowed to participate.

8. The bidders are requested to give their lowest and final Price, since, as for as possible, there will be no

negotiation on the price. The firm registered with income Tax & Sale Tax Departments can only

participate in the tender

PRINCIPAL

SAHIWAL MEDICAL COLLEGE, SAHIWAL

Page 88: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 4 of 15

______________________________________________________________________________________

OFFICE OF THE PRINCIPAL

SAHIWAL MEDICAL COLLEGE SAHIWAL

TENDERS ENQUIRY PROFORMA FOR BULK PURCHSAE OF GENERAL STORE

(CONSUMABLE, DURABLE ITEMS, ELECTRICAL ITEMS), STATIONERY ITEMS,

PRINTING MATERIALS, X-RAY FILMS & CHEMICALS, PURCHASE OF DIGITAL

ELECTRIC PANEL 11KVA AND BEDDING & CLOTHING (LENIN ITEMS) ETC.

ON FRAME WORK CONTRACT BASIS FOR THE YEAR 2020-21

Principal Sahiwal Medical College Sahiwal invites sealed bids from eligible bidders for the supply of

General Store (Consumable and Durable Items and Electrical Items), Stationery Items and Printing

Materials, X-ray Films & Chemicals, Purchase of Digital Electric Panel 11KVA and Bedding &

Clothing (Lenin items) etc whichever is applicable.

TERMS & CONDITIONS OF THE TENDER

1. Only the bid of bonafied buyers of tender documents will be entertained.

2. The offers/tenders will remain valid for One Eighty (180) days from the date of opening of

tenders and rated will be valid for the financial year 2020-21.

3. Single Stage – Two Envelopes Bidding Procedure as per rule 38 (2)(a) of PPRA Rules 2014 shall

be applied:

a. The contractor will be bound to submit two envelopes comprising a single package

containing two separate envelopes as per rule 38 (2) (a) of PPRA 2014 Each envelope

shall contain separately the Technical Proposal and the Financial Proposal

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

PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer

envelopes shall also indicate the name and address of the contractor to enable the

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

the outer as well as inner envelope is not sealed and marked as required by the

institutions from bidder, the purchase committee will assume non responsibility for the

quotation/offer misplacement or premature opening.

4. Initially, only the envelope marked “TECHNICAL PROPOSAL” will be opened and the

envelope marked “FINANCIAL PROPOSAL” will be retained under the custody of

purchase section without being opened.

5. During the technical evaluation, no amendments in the technical proposal shall be permitted.

6. All assessments and procuring procedures i.e. receiving, opening, awarding of contract etc.

shall be governed by the Punjab Procurement Rules, 2014.

7. The offer found to be the lowest evaluated will be accepted.

8. Double quoting offer against the item will be considered reason of rejection as per PPRA Rule

2014.

9. Failure to furnish all information required by the tender documents or to submit offer not

substantially responsive to the quotations documents in every respect shall be at the firm’s risk

and may result in the rejection of its offer.

Page 89: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 5 of 15

______________________________________________________________________________________

10. The contractor/firm is required to offer competitive prices. All prices should be inclusive all

kind of taxes if any bidder is not mentioned the prices inclusive taxes that will be considered

prices are with all kind of taxes.

11. While tendering the quotations, the present trend/inflation in the rate of goods and services in

the market should be kept in mind. No request for increase in price due to market fluctuation in

the cost of goods and services shall be entertained later on.

12. National Tax Number (NTN) and General Sales Tax number (GST) (if applicable) with

documentary proof will be provided by the contractor/firm in the tender.

13. The Contractor will submit an affidavit on legal stamp paper of Rs. 100/- that their firm is not

black listed on any ground by any government (Federal/Provincial/District), local body or a

Public sector Organization. The contractor shall be debarred from offer on account of

submission of false statement.

14. The contractor will be given an undertaking on a judicial paper worth Rs. 100/- that the quoted

prices / negotiated prices are not more than the prices charged from any other Government

institutions. In case of any discrepancy the over charged amount will be recovered / refunded

by the contractor.

15. The contractor is required to provide with the Technical Proposal, the name of item(s) for

which they have quoted their rates in the Financial Proposal.

16. The contractor will bound to produce samples of quoted products according to the strength and

packing of demand of enquiry. Technical Proposal/Offer submitted in absence of samples may

be ignored. The participating firm must provide Authority Letter, Distribution Certificate of

the firm or Sole Agent Certificate of the firm if applicable.

17. Samples submission for each quoted item is mandatory. All participating firms are bound to

provide 02 samples for Technical Evaluation of quoted items within Ten (10) days from the

date of opening of Technical Proposals. In case of non-submission of samples within the time

period mentioned above, the quoted items of the firm will be automatically technically

knocked out / rejected. (Specification quoted in the technical offer will be verified from

samples provided).

18. The procuring agency’s evaluation of the Technical proposal / bid shall be on basis of previous

performances, pervious test reports, pervious experience, financial soundness and such other

details as the Procuring Agency, at its discretion, may consider appropriate, shall be

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

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

19. If the quotation/Offer/Tender received after the due date and time, it will be rejected and

returned unopened to the contractor.

20. Only those firms can participate in the tender which are registered with Income Tax/Sales Tax

Department and both should be operative.

21. Any offer not fulfilling the tender enquiry shall straight away be ignored.

22. Offer of the firm not putting rates both in words and figures shall be ignored.

NO OFFER SHALL BE CONSIDERED IF:

-Received after time and date fixed for its receipt.

-The tender is unsigned.

-The offer is ambiguous.

-The offer is conditional

-The offer is from a firm black listed by any Govt. Authority.

-The offer is received by Fax.

Page 90: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 6 of 15

______________________________________________________________________________________

-The offer is received with shorter validity then required in the tender enquiry. 23. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or

proposal as per Clause 35, PPRA rules 2014 and amended.

24. The authority reserves the right to increase/decrease the quantity of any item with subject to

availability of funds.

25. The suppliers are bound to pay Government taxes (Income Tax, E Stamp duty etc) as imposed

be the Government time to time.

26. The tender must be submitted under sealed cover and addressed to the Principal S.L.M.C

Sahiwal.

27. In case any dis agreement and dispute, the decision of the authority would be final and the

secretary SHC & ME Department will be sole arbitrator under the Sole Arbitration Act.

28. The contractor would be bound to supply the store as per schedule given in the supply order or

the period as specified in each supply order. In case of non-supply, the risk purchase will be

made. In emergency situation the contractor will be bound to supply 25% store within a week.

The firm will not stop the supply of the demanded store with the plea of pending claimable

bills/payment for the smooth running of the hospital.

29. The rates quoted by the contractor will remain valid till the expiry of contract period. The

contractor will be bound to supply the store during the financial year 2020-2021. The rates

must be quoted on firm’s letter pad according to the specifications mentioned in the tender list.

30. The supplied stores will be inspected by the inspection committee according to the samples

(where necessary), if the inspection committee rejects any item/all items, the contractor will be

bound to replace the same as per demand/specification and the samples.

31. In case of substandard supply, the contractor will be bound to replace the same immediately.

32. In respect of the items where more than one brand is given in the tender form, it will be at the

discretion of the hospital to take any of the brand and get supply accordingly

33. The form should be signed for acceptance of terms and conditions by the tenderer and

submitted along with the quotation on the letter head-pad of the respective firm

34. If the contractor fails to supply the ordered items within prescribed period, 2% L.D. Charges

will be deducted as per Government rules and policy.

35. All the rates must be quoted without GST. The GST will be paid by the institution where ever

applicable. The tenderer should bear a notice whether GST is levied or not on the particular

item

36. The Bidder must supply 2 numbers samples of each quoted product (free of cost) with Store of

SLMC / DHQ Teaching Hospital Sahiwal. In case of failure to provide sample, the offer may

be rejected.

37. Any erasing / cutting / crossing etc. appeared in the offer must be properly signed by the

person signing the tender. Moreover, all the pages of the tender must also be properly signed.

38. In case, the contractor fails to execute the order, strictly in accordance with terms and

conditions laid down in the tender, within stipulated period the earnest money deposited by

him will be forfeited and offer may be made to the next lowest bidder. The firm may be black

listed.

39. The call deposit @ 2% of the bid value in favor the Principal Sahiwal Medical College

Sahiwal will be attached with the tender otherwise the tender will not be entertained

40. Performance Guaranty: - the successful bidder shall furnish the performance Guaranty /

Security on the legal stamp paper equivalent to 5% of the total supply orders amount from any

Page 91: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 7 of 15

______________________________________________________________________________________

of the scheduled banks. The same will be returned after completion of consignment & other

codal formalities.

41. Firm Eligibility: The contractor will be bound to provide the following documents with the

tender enquiry failing which the tender / quotation will not be considered:

Attested Photo-copy of CNIC.

Copy of Sales Tax and Income Tax Certificates.

Affidavit that the firm was / is not black listed from any private and public institution.

Affidavit of price reasonability if prices are found at any stage during the financial year 2020-21

the firm will be bound to returned the institutions.

Authority / Distributor/ Manufacturer Letter of the firm / General Order Supplier / Govt.

Contractor (If Applicable)

Supply orders of other Government institute confirming business history for more than one year.

Good Performance Certificate from other Government Institutions.

42. Product Eligibility: The contractor will be bound to provide the following document with the

tender enquiry for assessment of product eligibility, failing which the tender / quotation will

not be considered:

Authorization Certificate. If applicable

The firms Already Prequalified from WAPDA or their authorized representatives can

participate in the tender (Purchase of Digital Electric Panel 11KVA)

Quality Certificate (ISO 13485:2003 / CE / FDA/MHWL) if applicable.

Sample of the Product.

43. The firm / firms are required to submit the claimable bill/bills of the supplied store after the

inspection of the store within one week, so that payment may be made well in time during the

same financial year. In case of non-compliance or any delay in this regard the concerned firm

will be held responsible

44. Unsolicited advice / clarification and personal approaches by the bidder at any stage of

evaluation are strictly prohibited and may lead to disqualification.

45. The bidder shall prepare and submit its bids along with original purchase receipt. The bid shall

be typed or computerized and shall be signed by the bidders or a person or persons duly

authorized to bind the bidder to the contract. The person or persons signing the bid shall initial

all pages of the bid, except for un-amended printed literature. Any alteration / correction must

be initialed. Serial number of the quoted item may be marked with red or yellow marker

46. Brands with manufacturers of each product must be mentioned with correct specifications

which are asked, rates should be quoted as per accounting unit.

47. SHELF LIFE: - The supplier shall pay a penalty equal to 1% of the total value of the Lab Kits

& Reagents and X-Ray Films & Chemicals (which ever applicable) per percentage point of the

shortfall in the prescribed shelf life which is 85% for the locally manufactured 75% for the

imported Laboratory items. Shelf life less than 80% of locally manufactured and 70% of

imported Lab Kits & Regents and X-Ray Films & Chemicals (which ever applicable) will not

Page 92: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 8 of 15

______________________________________________________________________________________

be acceptable. Provided the shelf life upto 70% shall be accepted without penalty and 60%

with penalty in case of vaccines and other bio-technical products.

48. The Purchase of these items shall be regulated under provision / section of Drug Act, 1976 and

Rules made their under, if applicable.

49. Quantity can be increased and decreased with the subject to availability of funds and hospital

requirement.

50. NOTE: - BIDDERS ARE NOT ALLOWED TO QOUTE ALTERNATE OFFER FOR AN ITEM.

Sd/-

PRINCIPAL Sahiwal Medical College

Sahiwal

Page 93: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 9 of 15

______________________________________________________________________________________

Signature: of the proprietor Name: of the proprietor

C.N.I.C No.

Name & Address of the Firm.

N.T.N No. Sales Tax No.

Contact No. Fax No.

Seal & Stamp

MANUFACTURER’S AUTHORIZATION FORM

To: [name of Purchaser]

___________________

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

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

authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate

and sign the Supply Order with you against No. [Reference of the Invitation to Bid] for the

goods manufactured by us. We hereby extend our full guarantee and warranty as per Clause

15 of the General Conditions of Supply Order for the goods offered for supply by the above

firm against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

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

by a person competent and having the power of attorney to bind the Manufacturer. It should

be included by the bidder in its bid.

Page 94: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 10 of 15

______________________________________________________________________________________

PERFORMANCE GUARANTY/ SECURITY FORM

To: [Name & Address of the Procuring Agency]

_____________________________

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

Supply Order No.________ dated _______ to supply [description of goods] (hereinafter called

“the Supply Order”).

And whereas, it has been stipulated by you in the said Supply Order that the Supplier shall

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

Order amount as a Security for compliance with the Supplier’s performance obligations in

accordance with the Supply Order.

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

Supply Order 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_________________, 201_

Signature and Seal of the Guarantors/ Bank

Address __________________________

Date _____________________________

Page 95: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 11 of 15

______________________________________________________________________________________

Sample to be followed on judicial stamp paper of Rs. 100 by the bidder

UNDERTAKING BY THE BIDDER

1. I/We hereby confirm to have read carefully complete description of the stores and all the terms and conditions of your tender enquiry No. _______, due for opening on ___________, for the supply of the stores, goods, and services as advertised in the tender notice as well as those contained in the Bid Proforma and the Punjab Procurement Rules, 2014 (PPRA-2014). I/We agree to abide by all these terms, conditions, stipulations, obligations, and instructions.

2. I/We also hereby categorically confirm that the stores offered by me/us conform to the particulars and specifications as laid down in your tender enquiry in all respects and that any difference has been fully and duly explained in the bid papers submitted by me/us.

3. I/We accept that if the required bid security/earnest money is not furnished or my/our offer is found lacking in respect of any other requirements of your tender enquiry, it shall be ignored and I/We shall have no claim to it, whatsoever.

4. I/We hereby acknowledge that timely delivery of the stores is the essence of the contract and do hereby confirm to adhere to the delivery schedule as given in the tender enquiry/supply order/contract agreement. In case of non-adherence, I/We agree unconditionally to accept the recovery of liquidated damages on belated supplies @ 2% per month or part thereof.

5. I/We certify that the prices quoted in this tender enquiry are not more than the prices charged by my/us from any other purchasing agencies in the country; and in case of any discrepancy, I/We hereby undertake to refund the price charged in excess.

6. I/We certify and undertake that we have not been blacklisted by any public or private authority or organization in the country or abroad as the bidder/supplier/manufacturer/contractor or in any other capacity and that, I/We are currently not in litigation with any other authority or organization in this capacity.

7. I/We undertake to accept any or all decisions of the Purchaser with respect to acceptance and rejection of my/our bid, in part or in whole, and that such a decision shall not be justiciable in any court of law at any time and at any stage. I/We further understand that the Purchaser is not bound to accept the lowest bid necessarily.

8. I/We undertake that if our bid is accepted, I/We shall provide a performance security in the form, in the amounts, and within the time specified in the advance acceptance of the tender or the contract agreement.

9. I/We agree to abide by this bid for the entire bid validity period as specified in the bid documents and it shall remain binding upon me/us to accept the advance acceptance of the bid offered to me/us during the original as well as the extended validity period.

10. I/We undertake that pending preparation and execution of a formal contract agreement, my/our bid together with the advance acceptance of bid and notification of award, if any, issued by the Purchaser shall constitute a valid and binding contract between the Purchaser and me/us.

11. I/We certify and confirm that as per the requirements laid down in the bid documents, I/We qualify the eligibility criteria of participating in the bid.

Page 96: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 12 of 15

______________________________________________________________________________________

12. I/We solemnly affirm and declare that contents of this undertaking are true to the best of my/our information, knowledge and belief and that nothing material has been withheld by me/us.

13. I undertake that I will be responsible for free replacement of supplied stores if same are found to be defective.

Bidder’s Signature and Seal

Name:

Designation

CNIC No.

Date:

Witnesses:

1. Signature:

Name:

Designation:

CNIC No.

Date:

2. Signature:

Name:

Designation:

CNIC No.

Date:

Page 97: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 13 of 15

______________________________________________________________________________________

CERTIFICATE

I/We hereby Vendor to have read all the terms & conditions as laid down in the

enclosed bidding document including special instructions and we further abide by all these

instructions / conditions of this tender. We also hereby categorically Vendor that the stores offered

by us are exactly of the particulars and specification as laid down in your orders in all respect.

Sign. of tenderer / Proprietor

Name of tenderer / Proprietor

Designation of tenderer / Proprietor

Postal address

Telephone No. (Land line) Mobile

CNIC No. NTN

Sales Tax No.

E-mail address

Page 98: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 14 of 15

______________________________________________________________________________________

PAGE MARKING / INDEX CERTIFICATE

I Mr. / Miss / Mrs. do

hereby certify on the behalf of M/S: That the

bidding documents submitted for tender of contains total

pages .

Moreover, the page marking is done and index has been prepared which is marked as page No. .

Name of authorized person

Designation

C.N.I.C. No.

Mailing Address

Contact No. (land line)

Contact No. (Mobile)

E-mail Address

Signature

Stamp (Vendor)

Dated

Page 99: TENDER FOR THE FINANCIAL YEAR 2020-2021 TERMS & … · b. A successful bidder, to whom acceptance of bid conveyed, fails to sign the contract, or does not furnish the requisite performance

Page 15 of 15

______________________________________________________________________________________

AUTHORITY LETTER

We M/S do hereby

authorize Mr./Miss/ Mrs. to attend the

meetings, negotiate on prices, receive letters & bid securities (for tenders 2020-21 DHQ/GHAQ

Sahiwal Medical College, Sahiwal) on behalf of our Vendor. The particulars of authorized person are

given below.

Name of authorized person

Designation

C.N.I.C. No.

Mailing Address

Contact No. (land line)

Contact No. (Mobile)

E-mail Address

Sign. & Stamp (Signing Authority)

Dated

Contact No.

NOTE: - In case of any change in authorized person must be conveyed to Chairman Purchase

Committee Sahiwal Medical College Sahiwal