the punjab employees social security …eproc.punjab.gov.pk/biddingdocuments/72589_bidding...the...
TRANSCRIPT
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL,
DISPOSABLE) i.e Dental, Orthopeadic Implants etc
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL,
DISPOSABLE) i.e Dental, Orthopeadic Implants etc
Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE
DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 30.05.2017(09:00 P.M.) DATE OF OPENING: 30.05.2017(10:00 A.M.) DATE OF FINANCIAL BID OPENING: 10.06.2017(10:00 A.M) Contract Period. Upto 30.06.2018 after issuance
of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc.
Technical specifications for Supply of SMALL MEDICAL APPLIANCES
(SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.
M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
SCHEDULE OF REQUIREMENT
Technical Bid
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
Anesthesia
1 Air ways
All Sizes Procare/
Equivalent
2 Butter Fly Needle
All Guages JMS/Equivalent
3
I.V Canulla with wings & Injection ports. Registered by Ministry of Health
All Size B.Braun/
Equivalent
4 N.G. Tubes
All Sizes Covidien
Dover/Equivalent
5 Rebreathing Bag
0.5,1,2,2.5,3 Liter
Intersurgical/ Equivalent
6 Suction Catheter
All Sizes Flexicare/ Equivalent
7 Suction Tube
Disposable China/ Equivalent
8 3-Ways Stop Cock
All Size China/ Equivalent
9 T-Tubes
All Sizes China/ Equivalent
10 Spinal Needle (cutting)
All Sizes Spinomex/ Equivalent
11 Spinal Needle (pencil point)
All Sizes B.D/ Equivalent
12 ETT with cuffed (Red Rubber)
All Sizes UK/ Equivalent
13 ETT without Cuffed (Red Rubber)
All Sizes UK/ Equivalent
14 ETT with Cuffed (Disposable)
All Sizes Flexicare/ Equivalent
15 ETT without Cuffed (Disposable)
All Sizes Flexicare/Intersurgical/ Equivalent
16 Face Masks Anesthesia (Black Rubber)
All Sizes UK/ Equivalent
17 I.V Chamber Registered by DRAP
100ml Unison /
Equivalent
18 Steri Gauges for auto clave
Strip KMN,3M/ Equivalent
19 Auto Clave Tape
Roll 3M/ Equivalent
20 Anesthesia Filter (Plain)
Intersurgical,
/Flexicare/ Equivalent
21 Elbow Connection for E.T.T
UK/ Equivalent
22
Tracachostmy Tube (Auto Claveable) with cuff
All Sizes UK/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
23 Tracheostomy Tube (Auto Claveable) with out cuff
Sumi/ Equivalent
24 Anesthesia Circuit
Intersurgical/ Equivalent
25 Closed breathing circuit
Intersurgical/ Equivalent
26 Bain Circuit
All Size Intersurgical/ Equivalent
27 Laryngeal Mask Anesthesia (LMA)
All Size
Ningbo Luke Medical Devices
Co LTD/ Equivalent
28 Disposable Tracheostomy Tube without cuffed
All Sizes
Ningbo Luke Medical Devices
Co LTD/ Equivalent
29 Disposable Tracheostomy Tube with cuff
All Sizes
Ningbo Luke Medical Devices
Co LTD/ Equivalent
30 Dial-A-flow
All Size HTT Co /
Equivalent
31 Instrument disinfectant solution
2 Ltr Atco/ Equivalent
32 Surface disinfectant solution
5 Ltr Atco/ Equivalent
33 Hand Disinfectant Solution
1000ML Atco/ Equivalent
34 Soda Lime
4.5kg Imported / Equivalent
35 Ambo Bag
All Size Flexicare/Intersurgical/ Equivalent
36 Epidural Set with spinal pencil point needle
16G,18G,27G
Ningbo Luke Medical Devices
Co Ltd / Equivalent
37 Epidural Set without pencil point spinal needle
16G,18G,27G Ningbo Luke
Medical Devices Co Ltd /
Equivalent
38 Epidural Catheter with filter only
16G,18G,
Ningbo Luke Medical Devices
Co Ltd/ Equivalent
39 Insulated Needle for Nerve Block
All Size B.Braun/
Equivalent
Miscellaneous
40 Cord Clamp
Disposable Plasti Med/ Equivalent
41 B.P cuff With Blader for Cardiac Monitor
Original Yamasu
Japan / Equivalent
42 Thermometer
China/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
43 Oxygen Nasal Cannula
China/ Equivalent
44 Ultra sound Gel
(Imported) (Imported) 5Ltr
45 Ultra sound Gel
Local Local Best
Quality 5Ltr
46
Ultrasound paper U PP 110 HG Type V High glossy Original
110 x 18m Sony/ Equivalent
47
Ultrasound paper Type I(Normal) UPP-110S 110mmx20m Original
110x18m Sony /Equivalent
48 Ultrasound Paper
K-61 B-65 HM Mitsubshi/ Equivalent
49 ECG Roll 50mm x 30
mm China /
Equivalent
50 ECG Roll
A4 Size China/ Equivalent
51 ECG Roll
63x30 China/ Equivalent
52 ECG Electrode Chest
Disposable China/ Equivalent
53 CTG Thermal Paper for CTG Machine
Basmed / Equivalent
54 Lumbo Sacral Corset
All Sizes MAMA/
Equivalent
55 BP Watch
Original Yamasu
Japan / Equivalent
56 BP Bulb
Original Yamasu
Japan / Equivalent
57 BP Cuff with Blader
Original Yamasu
Japan/ Equivalent
58 Cellona Cotton
All Size China/Equivalent
59 Oxygen Mask with Tube
Small,Large Flexicare/ Equivalent
60 Mercury
Kg China/Equivalent
61 Mini Spike with Filter for IV Infusion
B.Braun/
Equivalent
62 Presure Tube for Infusion Pump
China/Equivalent
63 Trail Farm
64 Opthilmic Opsite
65 Benzoic acid
Local/ Equivalent
66 Lectic acid
Local/ Equivalent
67 Grumets Ventilation
Tube (for use in ear)
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
68 Shanz’s Nasal Splint For use in
Nasal Surgery
69 Merocele (Nasal Packing)
For use in Nasal Surgery
70 Electric Cautry Lead (Three Pin)
Local/ Equivalent
71 Electric Cautry Lead (Single Pin)
Local/ Equivalent
72 DCR Tube
All Size NIL
73 B.P Apparatus (mercury)
Original Yamasu
Japan/ Equivalent
74 Stethoscope
China/ Equivalent
75 I/V Set Registered by DRAP
Disposable Medi Set/ Equivalent
76 Appron Plastic OT
All Size China/ Equivalent
77 Paper Tape 1" Reco Master/3M/
Equivalent
78 Paper Tape 2" Reco Master/3M/
Equivalent
79 Paper Tape 3" Reco Master/3M/
Equivalent
80 Opsite Dressing
All Size BSN/ Equivalent
81 Tounge Depresser Disposable
Pkt of 100 China/ Equivalent
82 Syringe Cutter (Complete Stainless Steel)
Local Best Quality
Pak Made/ Equivalent
83 Vasline Pure
Kg Local/ Equivalent
84 Disposable Abdominal Sponges
All Size Local/ Equivalent
85 Suspensery Belt
All Size Local/ Equivalent
86 Barium Sulphate
China/ Equivalent
87 EB Canula Endometrial All Size NIL
Biopsy
88 MVA Kit Adopter with 8 Canulas
Imported/ Equivalent
89 Face Masks Disposable
Pkt of 50 China Best
Quality/ Equivalent
90 Hydrogen Peroxide
450ml Spectrum/ Equivalent
91 Liquid Paraffin
400ml Local/ Equivalent
92 Tencher Benzinco 450ml China/ Equivalent
93 Suction tube Disposable
All Size Meds/ Equivalent
94 Nebulizer Mask (kit)
China/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
95 Skin Traction
Small,Large Blue Bird/ Equivalent
96 Shoulder sling All Size Gulsons/
Equivalent
97
Disposable Surgical Kit for Hepatitis B and C + VE
Complete Kit China/Local/ Equivalent
98 Cervical Collar Soft
All Sizes Blue Bird/ Equivalent
99 Cervical Collar Hard
All Sizes Blue Bird/ Equivalent
Surgery
100 Stoma Adhesive Paste
Convatec/ Equivalent
101 Spring wound drainage system 400ml with 16FR Trocar
All Sizes
Ningbo Luke Medical Devices
Co LTD/ Equivalent
102
Chest Bottles with Tube under Seal Water with Set
Pro Care/Med-3/
Equivalent
103 Clostomy Bag with Wafer & Clip
All Size Convatec/ Equivalent
104 Clostomy Belt
All Sizes Convatec/ Equivalent
105 Duederm Gel
Convatec/ Equivalent
106 Examination Gloves (Unsterilized)
Disposable Latex All Sizes
Box of 100
Safty Malaysia/ Equivalent
107 Surgical Gloves Sterilized
Disposable latex
All Size
MP Gloves TG Medical
Malaysia/ Equivalent
108 Ortho Gloves Sterilized Disposable
Latex All Size
Maxitex Duplex/ Equivalent
109 Mesh Polypropylene Size 6/11
15/15
Kolisut Sietka Mesh/ Equivalent
30/30
110 Mepore dressing All Size Advanta / Equivalent
111 Tead Stocking
All Sizes (Pair) Sanyleg Italy/
X-Med/Equivalent
112 Liga Clips All Size Welfare UK,
Genicon USA/ Equivalent
113 Sprit Amonia Airomatic
400ml Local/ Equivalent
114
Scissor (5mm Length330mm) (Dissceting Asculap)
Genicon Metzenbaum
Scissor 5mmx330mm
Genicon USA/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
115 Haemorrhiodectomy Staplers
Procedure Hemorrhoidal
Circular Stapler 33mm Suture
Threader, Circular Anal Dilator Code
No.PPH03 Johnson & Johnson
Johnson & Johnson
Healthicon UK/ Equivalent
116 Proctoscope Half moon shape with light source
Local/China/ Equivalent
117 Sigmoidscope
Rigid
118 Endoclinch/Fenestarted Grasper for (Laproscope)
5mm x 330mm Genicon USA/
Equivalent
119 Maxigrip Fenestrated Grasper for (Laproscope)
5mm Length 330mm
teeth/ratchet
Genicon USA/ Equivalent
120 Maryland Dissector for (Laproscope)
5mm,Length Genicon USA/
Equivalent
121 Atraumatic Feneestrated Grasper for (Laproscope)
5mm,Length 330mm
(Disposable)
Genicon USA/ Equivalent
122 Babcock Grasper for (Laproscope)
5mm,Length 330mm
(Tooth) with ratchet
(Disposable)
Genicon USA / Equivalent
123 Laproscopic Needle holder cvd/str (Reusable)
5mm,Length 300mm
Healthicon UK / Equivalent
124 Safety Trocar for General Surgery (Reusable)
10mm Healthicon UK /
Equivalent
125 Safety Trocar for general Sugery (Reusable)
5mm Healthicon UK /
Equivalent
126 Bladeless Trocar with safety (Disposable)
500/10mm Healthicon UK/
Equivalent
127 Metzenbaum Scissor Small/Medium/
Large
Genicon USA (5mmx330mm) /
Equivalent
128 Laproscopic Light Source Bulb
129 Laproscopic Cautry Lead
130 Laproscope Varus Genicon USA /
Needle Equivalent
131 Carbon Dyoxide Cylender with Laproscopic Valve
132 ABG Machine Kits & Gass Cyclender
133 Liga Clip Applicator Laproscop Applicator
10mm,Single Action,
(Reusable) size Small,Medium,M
edium/large, Large
Genicon USA Johnson & Johnson/
Equivalent
134 Liehoa forceps
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
135 Hemorrhoidal Ruber band
Johnson & Johnson/
Equivalent
136 Thermal Paper Roll for auto repracpomiter (shinnieron)
China/ Equivalent
137 Peek Cage (poly ethenethen Retine) (Cervical / Lumbar)
138
Titanium mesh Cage
(Cervical/thoracic/Lumbar)
139
Ligasure Laproscopic Maryland Vessel Sealant
5mm Johnson &
Johnson/USA/ Equivalent
140 Ligasure Vasssel Sealant for Thyroid Surgery
Johnson & Johnson/USA/
Equivalent
141 Ligasure Vasssel Sealant for open surgery
Johnson & Johnson/USA/
Equivalent
142 Laproscopic Telescop 0 digry
Johnson & Johnson/USA/
Equivalent
143 Ligasure versel Sealant laparoscopic disposable 5mm
144 Specimen Rtrieval Bag simple
Ganicon USA/
Equivalent
145 Surgical Blades
All Sizes Feather/ B.Braun/
Equivalent
146 Catgut
All Sizes Johnson & Johnson/
Equivalent
147 Black Silk All Sizes Johnson & Johnson/
Equivalent
148 Proline All Sizes B.Braun Ethicon/
Equivalent
149 Vicryl All Sizes B.Braun Ethicon/
Equivalent
150 L hook
5mm Healthicon UK /
Equivalent
151 Due Derm Dressing
Convatec/ Equivalent/
152 Optical Trocar
10mm Genicon USA/
Equivalent
Urology
153 C.V.P Line
All Size Arrow/ Equivalent
154 A.V. fistula Set For micro surgery
155 Folly’s Catheter 2-ways All sizes Covidien
Dover/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
156 Folly’s Catheter 2-ways (Silicon)
All sizes China Medi/ Equivalent
157 Folly;s Catheter 3-ways All sizes China Classic/
Equivalent
158 Folly;s Catheter 3-ways(Silicon)
All Sizes China /
Equivalent
159 Nalton Drain Catheter
All Sizes China/ Equivalent
160 Urine Bag
2000cc YMS/ Equivalent
161 Uretic Catheter 6F open/close tip Cloplast / Equivalent
162 D.J. Stent with guid wire
All Size Marflow/
Equivalent
163 Cutting Loops (Single stem)
All No Karl Storz / Equivalent
164 Cutting Loops (Double stem)
All No Karl Storz / Equivalent
165 Catheter Mount
166 Simple Nephrostomy Tube
Bard/ Equivalent
167 Gastrastomy Peg Tube
Bard/ Equivalent
168 Optical Urethrotomy Set
169 Litho Punch
170 Cold knif (Single Stem)
Karl Storz / Equivalent
171 Cold knif (Double Stem)
Karl Storz / Equivalent
172 Renal Sinus Retractor
173 Millin Retractor
174 Boji Set
Imported/ Equivalent
175 PCN Set
Bard/ Equivalent
176 Renal Cclamp
177 Vascular Clamp
178 Supra Pubic Catheter set
All size Bard/ Equivalent
179 Monopty Gun
All size Bard/ Equivalent
180 Coolin Knife
Karlstorz Karl Storz / Equivalent
181 True Cut Biopcy Needle
Imported / Equivalent
182 Sure Cut Liver Biopsy Needle
Imported / Equivalent
183 Urocut Liver Biopsy Needle
All Sizes Imported / Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
184 Spring Loading Biopsy Needle
All Sizes Vegio Italy/ Equivalent
185 Elec Eracukr
186 Elec Bulb Rubber
187 Ingram Supra Pubic Catheter with Trochar
Bard/ Equivalent
188 Sponges Stone
All Size Spongel/
Equivalent
189 Skin Stapler
All Size Halthicon UK/
Equivalent
200 Skin Staple Remover
All Size Halthicon UK/
Equivalent
Dental
201 Scalar with tips
201 Hand Piece spray
202 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)
( H & K)
Dident/ Equivalent
203 Burs
Dident/
Equivalent
204 Glass Inomer (Cement)
GE Japan /Equivalent
205 Zinc phosphate Cement
Asia Japan /Equivalent
206 Cavit
207 Pulperyl
Septodent/ Equivalent
208 Cresophene
Septodent/ Equivalent
209 Sodium Hypocloride
210 Non Setting Calcium Hydroxide
211 EDTA (Liquid)
212 Endomethacin
Powder Septodent/ Equivalent
213 Endomethacin
Liquid Septodent/ Equivalent
214 Paper Point + G.P Point
Dident/ Equivalent
215 Inj. Lignocaine Plain
2ml Corterage Korea/ Equivalent
216 Inj.Lignocaine With Adarnaline
2ml Corterage Korea /
Equivalent
217 Lignocaine Spray
Korea/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
218 Lignocaine With Adarnaline Spray
Korea/ Equivalent
219 Dental X.Ray Film (Instant)
Yestar/China/ Equivalent
220 Disposable Needle
Dental Korea/ Equivalent
221 Setting Calcium Hydroxide
222 Alvegyl
Septodent/ Equivalent
223 Acosed Endoterra with Disinfectant spray
Acto/ Equivalent
224 Composite filling
225 Barrier Film
226 Endopost Kit
227 Suntion tip Disposable
228 Slow Speed hand Piece
229 Pulpotec
Produits Dentaries SA/
Equivalent
230 Zinc Oxide Eugenol
231 Disposable Napkils
232
233
234
Orthopedic Implants
235 Austin-More Prosthesis/Thompson Prothesis
Local/ Equivalent
236 4.5mm DCPs Narrow
All Holes Local/ Equivalent
237 4.5mm DCPs Broad All Holes Local/ Equivalent
238 3.5mm Small Fragment DCP
All Hloes Local/ Equivalent
239 1/3 Trubular Plates
All Holes Irene China/ Equivalent
240 3.5mm Cortical Screw Small
Fragment Standard
Irene China/ Equivalent
241 4.5mm Cortical Screw All Size Irene China
Local/ Equivalent
242 6.5mm Cancellous Screw
Irene China / Equivalent
243 4.0mm Cancellous Screw
Irene China/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
244 4.5mm Cancellous Screw
Irene China/ Equivalent
245 Washar
Local/ Equivalent
246 K-Wire
Local/ Equivalent
247 K-Nail
All Size Local/ Equivalent
248 T-Butters plates small Fragment
Irene China/ Equivalent
249 T-Butters plates small Standard
Irene China/ Equivalent
250 Condylar Blade Plate 95
All Size Local /Equivalent
251 Dynamic hip Screw with plates
All Size Irene China / Equivalent
252 Bone Cement
Biomet USA/ Equivalent
253 Total Hip Replacement Cemented
Non Cemented Irene China / Equivalent
254 Total Hip Replacement
Non- " Irene China/ Equivalent
255 Total Knee Replacement
AK Medi/
Equivalent
256 Denham/Steinman pins
Local/ Equivalent
257 Extrenal Fixator-Tubular AO Type
Local/ Equivalent
258 Ilizirov leg lengthening Fixator
Local/ Equivalent
259 Naseer-Arwais (NA) leg Lengthening Fixator
Local/ Equivalent
260 Drill Bits
Local Equivalent
261 Y-Plates
All Size Irene China/ Equivalent
262 Acetabular Cage
With Screw Pakistan Made /
Equivalent
263 Spoon Plate
264 Unreamed Tibial Nail
All Size Irene China/ Equivalent
265 Interlocking Nail Femur, Tibial Humeral
All Size Local / Equivalent
266 Interlocking Nail Femur, Tibial Humeral (Titanium)
All Size Irene China / Equivalent
267 Interlocking Nail Femur, Tibial Humeral (Satinless Steel)
All Size Irene China / Equivalent
268 Cannulated Screws
All Size Local/ Equivalent
269 Cannulated Screws (Satinless Steel)
All Size Irene China/ Equivalent
260 Cannulated Drill Bits
All Size Local/Equivalent
271 Dynamic Condylar Screw with Plates
All Size Irene China/ Equivalent
S.N Name of Item Specification Companies Packing &
Specification & Company
Remarks & Signature
of Concern Technical Member
272 Clover Leaf Plate
273 Condylar Support plate (Left/Right)
Local/ Equivalent
274 Hip Arthodesis plate
275 Locking DC Plates Upper limb/lower limb
Local/ Equivalent
276 Locking Cortical Screws
All Size Local/ Equivalent
277 Locking Cortical Screws (Titanium)
All Size Irene China/ Equivalent
278 Knowles Pins
Local/ Equivalent
279 Bi-polar Hip Prosthesis
Irene China/ Equivalent
280 2.5mm Small Fregment Plates
4 to 10 Holes Local/ Equivalent
281 2.5 mm Cortical Screw
Local/ Equivalent
282 Flexible Intra-Medullary Nails/Enders Nail
Stainless Steel,
TITANIUM / Equivalent
283 Malleolar Screw
Local/ Equivalent
284 Cervical Lateral Mass Screw + Rods
285
Transpedicular Screw+Rods (Cervical/thoracic/lambar)
286 Recon Plate
Irene China/ Equivalent
287 Retrograde Nail Femur
Irene China/ Equivalent
288 Headless Screw
Local/ Equivalent
289 Custom made THR/TKR
All Sizes
290 Orthofix Fixator
291 Titanium Voctetral Cage
292 Merceline Suture
293 Orthofix Fixator
294 Traction Weight 5kg Each
Local/ Equivalent
295 Wrist with Palm Support
All Sizes Local/ Equivalent
296 Knee Support
All Sizes Local/ Equivalent
297 Ankle, Elbow Support
All Size Local/ Equivalent
Name of Bidder : ___________
(Sign, & Stamp): ____________
• Please furnish satisfactory Performance Certificate from End
User(Surgical and Allied, Anesthetist,)
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract ;
(c) Schedule of Requirements;
(d) Contract Form; (e) Manufacturer’s Authorization Form;
(f) Bid Form; and
(g) Price Schedule.
(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopedic Implants etc under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare Supplies availability, etc. For purposes of this clause, “origin” means the place where the Supplies are mined, grown, or produced, or the place from which the related services are supplied. Supplies are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation
criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices.
13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons
18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the
envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which
conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. 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. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100 Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from
the
iii
3 Year 15 date of
registration
3 Bidder's
financial status
i
Bank Statement
OR 8
15 Balance Sheet
ii Tax return 7
4
Copies of valid Certificate(s)
i NTN 10
50
ii GST 10
iii Professional
Tax 10
iv Authorized Distributor
20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract
38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
TERMS AND CONDITIONS OF CONTRACT FY 2017-18 SMALL MEDICAL APPLIANCES
The Tender document including evaluation criteria for the purchase of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) will be conducted through PPRA Rules 2014 (Single Stage-Two Envelopes).
1. Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic
Implants) will be supplied at basement of the hospital by the supplier on his own transport.
2. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
9. The sealed tender will be received up to 30-05-2017 at 09:00 AM and will be opened
at 30-05-2017 at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10. First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 10-06-2017 at 10:00 AM.
11. The rate contract through this tender/contract for the supply of SMALL MEDICAL
APPLIANCES (SURGICAL, DISPOSABLE i.e Dental, Orthopedic Implants) will
be for the period from 1st July 2017 to 30th June 2018. The purchase will be made
from time to time as per requirements of this Hospital at the same approved rates of
tender. In case you fail to supply the required items during the contract period, 10%
Performance Guarantee will be forfeited and the firm will be black listed.
12. Pay Order / Demand draft Rs. 70,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s) Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under section 153 of the Income Tax Ordinance
2001.
26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. Samples of all small medical appliances must be provided for evaluation
purpose along with tender documents. Items quoted in tender without
samples will not be considered for technical evaluation. All the samples will
be safely secured with CMS for future references. All the samples will be
returned after closure of respective contract.
32. Samples for Orthopedic, urology and Laparoscopic surgery which are very
costly will also be provided by supplier for technical evaluations. These
samples will be returned after technical evaluation with condition that these
items will be verified by concerned department (Ortho/Surgery/urology) prior
to receipt by CMS.
33. The contract period may be extended up to three years if allowed by the Competent
Authority.
34. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
35. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
36. ‘PESSI PROPERTY NOT FOR SALE’ in clear & bold letters must be PRINTED /
STAMPED with undeletable ink on each bottle, strip, outer packing/inner packing
and ampoules etc.
37. Tender fee is Rs. 1,000/-(Nonrefundable).
38. The firm will not attach any condition with the tender.
39. No document other than required by hospital, should be attached along with
tender/rate contract.
40. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
41. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
42. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
43. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
Note:- Bidders must mention the packing of items as per unit & per ml rate in their financial bids. Otherwise bids will be rejected due to incomplete information under PPRA Rules 2014, format of financial bid is attached. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Satisfactory report Sample Performa
Year M/s. Item(s) Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________ Department : ______________________________ Stamp: ______________________________ Date: ______________________________ Signature: ______________________________ Sample Collection Form
To be filled by Supplier
S. No
Name of Items Company with Specification
Quantity Clarification of the Observation
Date of Submission
Signature of Bidder
Sample Evaluation Form
To be filled by Technical Committee
S. No
Name of Items Company with Specification
Quantity Rejection/ Selection & Remarks of Technical Member
Date of Submission & Signature of Technical Member
SIGNATURE OF MEDICAL SUPERINTENDENT, PESSI Hospital Islamabad
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e DENTAL, ORTHOPEDIC IMPLANTS etc NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
1. The Supply of Small Medical Appliances (Disposable, Orthopedic Implants etc) to the basement of PESSI Hospital, Islamabad will be the
responsibility of Service Provider. 2. The Maintainace of quality, quantity of l will be the responsibility of Service
Provider. 3. The service provider will ensure to swiftly respond the demand of Supply of
Small Medical Appliances (Disposable, Orthopedic Implants etc, the response time will not be more than __________.
4. The collection of empty cylinders will be the responsibility of Service Provider. 5. The Service provider will ensure supply of Supply of Small Medical Appliances
(Disposable, Orthopedic Implants etc ______________. 6. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Price Schedule DATE OF FINANCIAL BID OPENING:
SUPPLY OF SMALL MEDICAL APPLIANCES (DISPOSABLE, ORTHOPEDIC IMPLANTS ETC) (F.Y 2017-18)
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
Anesthesia
1 Air ways
All Sizes Procare/
Equivalent
2 Butter Fly Needle
All Guages JMS/Equivalent
3
I.V Canulla with wings & Injection ports. Registered by Ministry of Health
All Size B.Braun/
Equivalent
4 N.G. Tubes
All Sizes Covidien
Dover/Equivalent
5 Rebreathing Bag
0.5,1,2,2.5,3 Liter
Intersurgical/ Equivalent
6 Suction Catheter
All Sizes Flexicare/ Equivalent
7 Suction Tube
Disposable China/
Equivalent
8 3-Ways Stop Cock
All Size China/
Equivalent
9 T-Tubes
All Sizes China/
Equivalent
10 Spinal Needle (cutting)
All Sizes Spinomex/ Equivalent
11 Spinal Needle (pencil point)
All Sizes B.D/ Equivalent
12 ETT with cuffed (Red Rubber)
All Sizes UK/ Equivalent
13 ETT without Cuffed (Red Rubber)
All Sizes UK/ Equivalent
14 ETT with Cuffed (Disposable)
All Sizes Flexicare/ Equivalent
15 ETT without Cuffed (Disposable)
All Sizes Flexicare/Inters
urgical/ Equivalent
16 Face Masks Anesthesia (Black Rubber)
All Sizes UK/ Equivalent
17 I.V Chamber Registered by DRAP
100ml Unison /
Equivalent
18 Steri Gauges for auto clave
Strip KMN,3M/ Equivalent
19 Auto Clave Tape Roll 3M/ Equivalent
20 Anesthesia Filter (Plain) Intersurgical,
/Flexicare/ Equivalent
21 Elbow Connection for E.T.T
UK/ Equivalent
22
Tracachostmy Tube (Auto Claveable) with cuff
All Sizes UK/ Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
23 Tracheostomy Tube (Auto Claveable) with out cuff
Sumi/
Equivalent
24 Anesthesia Circuit
Intersurgical/ Equivalent
25 Closed breathing circuit
Intersurgical/ Equivalent
26 Bain Circuit
All Size Intersurgical/ Equivalent
27 Laryngeal Mask Anesthesia (LMA)
All Size
Ningbo Luke Medical
Devices Co LTD/ Equivalent
28 Disposable Tracheostomy Tube without cuffed
All Sizes
Ningbo Luke Medical
Devices Co LTD/ Equivalent
29 Disposable Tracheostomy Tube with cuff
All Sizes
Ningbo Luke Medical
Devices Co LTD/ Equivalent
30 Dial-A-flow
All Size HTT Co /
Equivalent
31 Instrument disinfectant solution
2 Ltr Atco/
Equivalent
32 Surface disinfectant solution
5 Ltr Atco/
Equivalent
33 Hand Disinfectant Solution
1000ML Atco/
Equivalent
34 Soda Lime
4.5kg Imported / Equivalent
35 Ambo Bag
All Size Flexicare/Inters
urgical/ Equivalent
36 Epidural Set with spinal pencil point needle
16G,18G,27G
Ningbo Luke Medical
Devices Co Ltd / Equivalent
37 Epidural Set without pencil point spinal needle
16G,18G,27G
Ningbo Luke Medical
Devices Co Ltd / Equivalent
38 Epidural Catheter with filter only
16G,18G,
Ningbo Luke Medical
Devices Co Ltd/ Equivalent
39
Insulated Needle for Nerve Block
All Size B.Braun/
Equivalent
Miscellaneous
40 Cord Clamp
Disposable Plasti Med/ Equivalent
41 B.P cuff With Blader for Cardiac Monitor
Original
Yamasu Japan / Equivalent
42 Thermometer
China/
Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
43 Oxygen Nasal Cannula China/
Equivalent
44 Ultra sound Gel
(Imported) (Imported) 5Ltr
45 Ultra sound Gel
Local Local Best
Quality 5Ltr
46 Ultrasound paper U PP 110 HG Type V High glossy Original
110 x 18m Sony/
Equivalent
47 Ultrasound paper Type I(Normal) UPP-110S 110mmx20m Original
110x18m Sony
/Equivalent
48 Ultrasound Paper
K-61 B-65 HM Mitsubshi/ Equivalent
49 ECG Roll 50mm x 30
mm China /
Equivalent
50 ECG Roll
A4 Size China/
Equivalent
51 ECG Roll
63x30 China/
Equivalent
52 ECG Electrode Chest
Disposable China/
Equivalent
53 CTG Thermal Paper for CTG Machine
Basmed / Equivalent
54 Lumbo Sacral Corset
All Sizes MAMA/
Equivalent
55 BP Watch
Original
Yamasu Japan / Equivalent
56 BP Bulb
Original
Yamasu Japan / Equivalent
57 BP Cuff with Blader
Original
Yamasu Japan/ Equivalent
58 Cellona Cotton
All Size China/
Equivalent
59 Oxygen Mask with Tube
Small,Large Flexicare/ Equivalent
60 Mercury
Kg China/
Equivalent
61 Mini Spike with Filter for IV Infusion
B.Braun/
Equivalent
62 Presure Tube for Infusion Pump
China/
Equivalent
63 Trail Farm
64 Opthilmic Opsite
65 Benzoic acid
Local/
Equivalent
66 Lectic acid Local/
Equivalent
67 Grumets Ventilation
Tube (for use in ear)
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
68 Shanz’s Nasal Splint For use in
Nasal Surgery
69 Merocele (Nasal Packing)
For use in Nasal Surgery
70 Electric Cautry Lead (Three Pin)
Local/
Equivalent
71 Electric Cautry Lead (Single Pin)
Local/
Equivalent
72 DCR Tube
All Size NIL
73 B.P Apparatus (mercury)
Original
Yamasu Japan/ Equivalent
74 Stethoscope
China/
Equivalent
75 I/V Set Registered by DRAP
Disposable Medi Set/ Equivalent
76 Appron Plastic OT
All Size China/
Equivalent
77 Paper Tape 1" Reco
Master/3M/ Equivalent
78 Paper Tape 2" Reco Master/3M/
Equivalent
79 Paper Tape 3" Reco Master/3M/
Equivalent
80 Opsite Dressing
All Size BSN/
Equivalent
81 Tounge Depresser Disposable
Pkt of 100 China/
Equivalent
82 Syringe Cutter (Complete Stainless Steel)
Local Best Quality
Pak Made/ Equivalent
83 Vasline Pure
Kg Local/
Equivalent
84 Disposable Abdominal Sponges
All Size Local/
Equivalent
85 Suspensery Belt
All Size Local/
Equivalent
86 Barium Sulphate
China/
Equivalent
87 EB Canula Endometrial Biopsy
All Size NIL
88 MVA Kit Adopter with 8 Canulas
Imported/ Equivalent
89 Face Masks Disposable Pkt of 50 China Best
Quality/ Equivalent
90 Hydrogen Peroxide 450ml Spectrum/ Equivalent
91 Liquid Paraffin 400ml Local/
Equivalent
92 Tencher Benzinco 450ml China/
Equivalent
93 Suction tube Disposable
All Size Meds/
Equivalent
94 Nebulizer Mask (kit) China/
Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
95 Skin Traction
Small,Large Blue Bird/ Equivalent
96 Shoulder sling All Size Gulsons/
Equivalent
97 Disposable Surgical Kit for Hepatitis B and C + VE
Complete Kit China/Local/ Equivalent
98 Cervical Collar Soft
All Sizes Blue Bird/ Equivalent
99 Cervical Collar Hard
All Sizes Blue Bird/ Equivalent
Surgery
100 Stoma Adhesive Paste
Convatec/ Equivalent
101 Spring wound drainage system 400ml with 16FR Trocar
All Sizes
Ningbo Luke Medical
Devices Co LTD/ Equivalent
102 Chest Bottles with Tube under Seal Water with Set
Pro Care/Med-3/ Equivalent
103 Clostomy Bag with Wafer & Clip
All Size Convatec/ Equivalent
104 Clostomy Belt
All Sizes Convatec/ Equivalent
105 Duederm Gel
Convatec/ Equivalent
106 Examination Gloves (Unsterilized)
Disposable Latex All
Sizes Box of 100
Safty Malaysia/ Equivalent
107 Surgical Gloves Sterilized
Disposable latex
All Size
MP Gloves TG Medical
Malaysia/ Equivalent
108 Ortho Gloves Sterilized Disposable
Latex All Size
Maxitex Duplex/ Equivalent
109 Mesh Polypropylene
Size 6/11
15/15 30/30
Kolisut Sietka Mesh/
Equivalent
110 Mepore dressing All Size Advanta / Equivalent
111 Tead Stocking All Sizes
(Pair)
Sanyleg Italy/ X-
Med/Equivalent
112 Liga Clips All Size Welfare UK,
Genicon USA/ Equivalent
113 Sprit Amonia Airomatic
400ml Local/
Equivalent
114
Scissor (5mm Length330mm) (Dissceting Asculap)
Genicon Metzenbaum
Scissor 5mmx330mm
Genicon USA/ Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
115 Haemorrhiodectomy Staplers
Procedure Hemorrhoidal
Circular Stapler 33mm Suture
Threader, Circular Anal Dilator Code No.PPH03 Johnson & Johnson
Johnson & Johnson
Healthicon UK/ Equivalent
116 Proctoscope Half moon
shape with light source
Local/China/ Equivalent
117 Sigmoidscope
Rigid
118 Endoclinch/Fenestarted Grasper for (Laproscope)
5mm x 330mm
Genicon USA/ Equivalent
119
Maxigrip Fenestrated Grasper for (Laproscope)
5mm Length 330mm
teeth/ratchet
Genicon USA/ Equivalent
120 Maryland Dissector for (Laproscope)
5mm,Length Genicon USA/
Equivalent
121 Atraumatic Feneestrated Grasper for (Laproscope)
5mm,Length 330mm
(Disposable)
Genicon USA/ Equivalent
122 Babcock Grasper for (Laproscope)
5mm,Length 330mm (Tooth)
with ratchet (Disposable)
Genicon USA / Equivalent
123 Laproscopic Needle holder cvd/str (Reusable)
5mm,Length 300mm
Healthicon UK / Equivalent
124 Safety Trocar for General Surgery (Reusable)
10mm Healthicon UK /
Equivalent
125 Safety Trocar for general Sugery (Reusable)
5mm Healthicon UK /
Equivalent
126 Bladeless Trocar with safety (Disposable)
500/10mm Healthicon UK/
Equivalent
127 Metzenbaum Scissor Small/Medium/
Large
Genicon USA (5mmx330mm)
/ Equivalent
128 Laproscopic Light Source Bulb
129 Laproscopic Cautry Lead
130 Laproscope Varus Needle
Genicon USA /
Equivalent
131 Carbon Dyoxide Cylender with Laproscopic Valve
132 ABG Machine Kits & Gass Cyclender
133 Liga Clip Applicator 10mm,Single Genicon USA
Laproscop Applicator Action, (Reusable) size Small,Medium,M
edium/large, Large
Johnson & Johnson/
Equivalent
134 Liehoa forceps
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
135 Hemorrhoidal Ruber band
Johnson & Johnson/
Equivalent
136 Thermal Paper Roll for auto repracpomiter (shinnieron)
China/
Equivalent
137 Peek Cage (poly ethenethen Retine) (Cervical / Lumbar)
138
Titanium mesh Cage
(Cervical/thoracic/Lumbar)
139
Ligasure Laproscopic Maryland Vessel Sealant
5mm Johnson &
Johnson/USA/ Equivalent
140 Ligasure Vasssel Sealant for Thyroid Surgery
Johnson & Johnson/USA/
Equivalent
141 Ligasure Vasssel Sealant for open surgery
Johnson & Johnson/USA/
Equivalent
142 Laproscopic Telescop 0 digry
Johnson & Johnson/USA/
Equivalent
143 Ligasure versel Sealant laparoscopic disposable 5mm
144 Specimen Rtrieval Bag simple
Ganicon USA/
Equivalent
145 Surgical Blades
All Sizes Feather/ B.Braun/
Equivalent
146 Catgut
All Sizes Johnson & Johnson/
Equivalent
147 Black Silk All Sizes Johnson & Johnson/
Equivalent
148 Proline All Sizes B.Braun Ethicon/
Equivalent
149 Vicryl All Sizes B.Braun Ethicon/
Equivalent
150 L hook
5mm Healthicon UK /
Equivalent
151 Due Derm Dressing
Convatec/ Equivalent/
152 Optical Trocar
10mm Genicon USA/
Equivalent
Urology
153 C.V.P Line
All Size Arrow/
Equivalent
154 A.V. fistula Set For micro surgery
155 Folly’s Catheter 2-ways All sizes Covidien Dover/
Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
156 Folly’s Catheter 2-ways (Silicon)
All sizes China Medi/ Equivalent
157 Folly;s Catheter 3-ways All sizes China Classic/
Equivalent
158 Folly;s Catheter 3-ways(Silicon)
All Sizes China /
Equivalent
159 Nalton Drain Catheter
All Sizes China/
Equivalent
160 Urine Bag
2000cc YMS/
Equivalent
161 Uretic Catheter 6F open/close tip Cloplast / Equivalent
162 D.J. Stent with guid wire
All Size Marflow/
Equivalent
163 Cutting Loops (Single stem)
All No Karl Storz / Equivalent
164 Cutting Loops (Double stem)
All No Karl Storz / Equivalent
165 Catheter Mount
166 Simple Nephrostomy Tube
Bard/
Equivalent
167 Gastrastomy Peg Tube
Bard/
Equivalent
168 Optical Urethrotomy Set
169 Litho Punch
170 Cold knif (Single Stem)
Karl Storz / Equivalent
171 Cold knif (Double Stem)
Karl Storz / Equivalent
172 Renal Sinus Retractor
173 Millin Retractor
174 Boji Set
Imported/ Equivalent
175 PCN Set
Bard/
Equivalent
176 Renal Cclamp
177 Vascular Clamp
178 Supra Pubic Catheter set
All size Bard/
Equivalent
179 Monopty Gun
All size Bard/
Equivalent
180 Coolin Knife
Karlstorz Karl Storz / Equivalent
181 True Cut Biopcy Needle
Imported / Equivalent
182 Sure Cut Liver Biopsy Needle
Imported / Equivalent
183 Urocut Liver Biopsy Needle
All Sizes Imported / Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
184 Spring Loading Biopsy Needle
All Sizes Vegio Italy/ Equivalent
185 Elec Eracukr
186 Elec Bulb Rubber
187 Ingram Supra Pubic Catheter with Trochar
Bard/
Equivalent
188 Sponges Stone
All Size Spongel/
Equivalent
189 Skin Stapler
All Size Halthicon UK/
Equivalent
200 Skin Staple Remover
All Size Halthicon UK/
Equivalent
Dental
201 Scalar with tips
201 Hand Piece spray
202 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)
( H & K)
Dident/ Equivalent
203 Burs
Dident/
Equivalent
204 Glass Inomer (Cement)
GE Japan /Equivalent
205 Zinc phosphate Cement
Asia Japan /Equivalent
206 Cavit
207 Pulperyl
Septodent/ Equivalent
208 Cresophene
Septodent/ Equivalent
209 Sodium Hypocloride
210 Non Setting Calcium Hydroxide
211 EDTA (Liquid)
212 Endomethacin
Powder Septodent/ Equivalent
213 Endomethacin
Liquid Septodent/ Equivalent
214 Paper Point + G.P Point
Dident/ Equivalent
215 Inj. Lignocaine Plain 2ml Corterage Korea/
Equivalent
216 Inj.Lignocaine With Adarnaline
2ml Corterage Korea /
Equivalent
217 Lignocaine Spray
Korea/ Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
218 Lignocaine With Adarnaline Spray
Korea/ Equivalent
219 Dental X.Ray Film (Instant)
Yestar/China/ Equivalent
220 Disposable Needle
Dental Korea/
Equivalent
221 Setting Calcium Hydroxide
222 Alvegyl
Septodent/ Equivalent
223 Acosed Endoterra with Disinfectant spray
Acto/ Equivalent
224 Composite filling
225 Barrier Film
226 Endopost Kit
227 Suntion tip Disposable
228 Slow Speed hand Piece
229 Pulpotec
Produits Dentaries SA/
Equivalent
230 Zinc Oxide Eugenol
231 Disposable Napkils
232
233
234
Orthopedic Implants
235 Austin-More Prosthesis/Thompson Prothesis
Local/ Equivalent
236 4.5mm DCPs Narrow
All Holes Local/
Equivalent
237 4.5mm DCPs Broad
All Holes Local/
Equivalent
238 3.5mm Small Fragment DCP
All Hloes Local/
Equivalent
239 1/3 Trubular Plates
All Holes Irene China/ Equivalent
240 3.5mm Cortical Screw Small
Fragment Standard
Irene China/ Equivalent
241 4.5mm Cortical Screw All Size Irene China
Local/
Equivalent
242 6.5mm Cancellous Screw
Irene China / Equivalent
243 4.0mm Cancellous Screw
Irene China/ Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
244 4.5mm Cancellous Screw Irene China/ Equivalent
245 Washar
Local/
Equivalent
246 K-Wire
Local/
Equivalent
247 K-Nail
All Size Local/
Equivalent
248 T-Butters plates small Fragment
Irene China/ Equivalent
249 T-Butters plates small Standard
Irene China/ Equivalent
250 Condylar Blade Plate 95
All Size Local
/Equivalent
251 Dynamic hip Screw with plates
All Size Irene China / Equivalent
252 Bone Cement
Biomet USA/ Equivalent
253 Total Hip Replacement Cemented
Non Cemented
Irene China / Equivalent
254 Total Hip Replacement
Non- " Irene China/ Equivalent
255 Total Knee Replacement
AK Medi/
Equivalent
256 Denham/Steinman pins
Local/
Equivalent
257 Extrenal Fixator-Tubular AO Type
Local/
Equivalent
258 Ilizirov leg lengthening Fixator
Local/
Equivalent
259 Naseer-Arwais (NA) leg Lengthening Fixator
Local/
Equivalent
260 Drill Bits
Local
Equivalent
261 Y-Plates
All Size Irene China/ Equivalent
262 Acetabular Cage With Screw Pakistan Made
/ Equivalent
263 Spoon Plate
264 Unreamed Tibial Nail
All Size Irene China/ Equivalent
265 Interlocking Nail Femur, Tibial Humeral
All Size Local /
Equivalent
266 Interlocking Nail Femur, Tibial Humeral (Titanium)
All Size Irene China / Equivalent
267 Interlocking Nail Femur, Tibial Humeral (Satinless Steel)
All Size Irene China / Equivalent
268 Cannulated Screws All Size Local/
Equivalent
269 Cannulated Screws All Size Irene China/
(Satinless Steel)
Equivalent
260 Cannulated Drill Bits
All Size Local/Equivalen
t
271 Dynamic Condylar Screw with Plates
All Size Irene China/ Equivalent
S.N Name of Item Specification Companies Packing /
Specification & company
Rate per Unit/ ML
272 Clover Leaf Plate
273 Condylar Support plate (Left/Right)
Local/
Equivalent
274 Hip Arthodesis plate
275 Locking DC Plates Upper limb/lower limb
Local/
Equivalent
276 Locking Cortical Screws
All Size Local/
Equivalent
277 Locking Cortical Screws (Titanium)
All Size Irene China/ Equivalent
278 Knowles Pins
Local/
Equivalent
279 Bi-polar Hip Prosthesis
Irene China/ Equivalent
280 2.5mm Small Fregment Plates
4 to 10 Holes Local/
Equivalent
281 2.5 mm Cortical Screw
Local/
Equivalent
282 Flexible Intra-Medullary Nails/Enders Nail
Stainless Steel,
TITANIUM / Equivalent
283 Malleolar Screw
Local/
Equivalent
284 Cervical Lateral Mass Screw + Rods
285 Transpedicular Screw+Rods (Cervical/thoracic/lambar)
286 Recon Plate
Irene China/ Equivalent
287 Retrograde Nail Femur
Irene China/ Equivalent
288 Headless Screw
Local/
Equivalent
289 Custom made THR/TKR
All Sizes
290 Orthofix Fixator
291 Titanium Voctetral Cage
292 Merceline Suture
293 Orthofix Fixator
294 Traction Weight 5kg Local/
Each
Equivalent
295 Wrist with Palm Support
All Sizes Local/
Equivalent
296 Knee Support All Sizes Local/
Equivalent
297 Ankle, Elbow Support
All Size Local/
Equivalent
Name of Bidder : ___________ (Sign, & Stamp): ___________
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
1. Original receipt for purchase of tender.
2. Call Deposit Receipt
3. Experience of Firms Minimum one year business history from the date of authorization.
4. Financial Position
i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate
5. Equipments Available Attach the details of Equipment
6. Acceptance of terms and condition, tender documents duly signed and stamped.
7. Company profile including technical experts and managerial capability.
8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
9. Price should not be mentioned on technical bid.
10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
11. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE
DUE DATE: ____________
1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD
TENDER FEE: Rs.1000/- (Non-refundable) LAST DATE OF RECEIPT: 31.05.2017(09:00 P.M.) DATE OF OPENING: 31.05.2017(11:00 A.M.) DATE OF FINANCIAL BID OPENING: 13.06.2017(11:00 A.M.) Contract Period. Upto 30.06.2018 after issuance
of Award list
Bid Security: 2% of estimated price in shape
of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING PROVISION OF LAB EQUIPMENT ON REAGENT BASIS.
Technical specifications for Provision of lab equipment on reagent basis. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017. M/s. ____________________________________________________________ ____________________________________________________________
MEDICAL SUPERINTENDENT
SCHEDULE OF REQUIREMENT
Technical Bid
S.No Name of
Equipment Brand with Specification
Name and Specification of Quoted
Equipment
1
Fully Automated (3 part differential) Hematology
Analyzer
Merck Medonic M-Series or Equivalent
2 Electrolyte
Analyzer
LD300/
Easylyte or equivalent
3
Fully Automated
Chemistry Analyzer
Selectra E/ Mindray BS-240
or Equivalent
• Please furnish satisfactory Performance Certificate from End
User(Pathologist)
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) Terms and Conditions of Contract ;
(c) Schedule of Requirements;
(d) Contract Form;
(e) Manufacturer’s Authorization Form;
(f) Bid Form; and
(g) Price Schedule. (h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare Supplies availability, etc. For purposes of this clause, “origin” means the place where the Supplies are mined, grown, or produced, or the place from which the related services are supplied. Supplies are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may
require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker.
13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has
supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.
21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if
any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. 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. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria
29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee.
Total Evaluation marks = 100 Passing Marks = 70
S.No Parameters Detail Total
Marks Remarks
Obtained Marks
1
Major Institution served
20
Please attach the
Bidder's Past i 1 10 Copies of quoted
Performance ii 2 15 supply order(s)
iii 3 20
2
Bidder's Market i
1 Year 5
15
Experience will be
Experience ii
2 Year 10 confirmed from
the
iii
3 Year 15 date of
registration
3 Bidder's
financial status
i
Bank Statement
OR 8
15 Balance Sheet
ii Tax return 7
4 Copies of valid Certificate(s)
i NTN 10 50
ii GST 10
iii Professional
Tax 10
iv Authorized Distributor
20
Qualifying Marks 70
Total Marks 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and
Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
TERMS AND CONDITIONS OF CONTRACT FY 2017-18 PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
The Tender document including evaluation criteria for the purchase of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS will be conducted through PPRA Rules 2014 (Single Stage-Two Envelopes).
3. Reagents for Lab equipment (Rental Reagent Basis) will be supplied at
basement of the hospital by the supplier on his own transport. 4. Cash receipt token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
7. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.
9. The sealed tender will be received up to 31-05-2017 at 09:00 AM and will be opened
at 31-05-2017 at 11:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).
10. First Technical Bid will be opened on prescribed date and the technical evaluation
criteria of bids will be completed. Financial Bid will be opened in the presence of
party / firms representative on 13-06-2017 at 11:00 AM.
11. The rate contract through this tender/contract for the supply of PROVISION OF LAB
EQUIPMENT ON REAGENT BASIS will be for the period from 1st July 2017 to 30th
June 2018. The purchase will be made from time to time as per requirements of this
Hospital at the same approved rates of tender. In case you fail to supply the required
items during the contract period, 10% Performance Guarantee will be forfeited and
the firm will be black listed.
12. Pay Order / Demand draft Rs. 60,000/- is mandatory to be deposited along with
tender documents as bid security.
13. After successful awarding of tender, the bid security will be returned and successful
bidder will deposit 10% Performance Guarantee within 07 days positively.
14. The firm will provide item(s) Sale License/Distribution Certificate along with the
tender documents.
15. The bidder should submit an undertaking for the items of same specifications,
quality /brand etc on judicial paper that the price quoted in the tender is not more
than the market price or price charged from any other Public Sector.
16. If it is noted that rate quoted is over / above the market rate, undersigned has the
right to cancel the tender.
17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount
or excess amount will be deducted from the outstanding bills/Deposit at Call of said
firm.
18. Quality / Quantity of item(s) supplied will be checked by hospital inspection
committee(s) notified by the Medical Superintendent.
19. If a batch of items is found sub-standard, adulterated or contaminated, in
accordance with the offence, firm/supplier can be black listed by the competent
authority and their performance guarantee will be forfeited.
20. In case of Near Expiry Items (Six months) the suppliers will responsible for
replacing the quantity with extended expiry date.
21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE
CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY
COMPLETE ORDERS.
22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE
STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN
INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY
WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.
FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE
INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE
FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR
LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL
BE INITIATED AGAINST THE FIRM.
23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;
RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE
RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE
WILL BE CALLED UPON.
24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.
25. Income tax will be deducted under section 153 of the Income Tax Ordinance
2001.
26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be
attached with tender documents duly attested by company authorized person.
27. Price(s) of the item(s) and manufacturer’s name must be entered on the
departmental rate contract form duly signed and stamped.
28. The rates once finalized will be applicable for whole of the contract period
irrespective of any change in currency rate in open market.
29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL
SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
30. No bidder will be allowed to alter or modify his bid after the closing time for the
submission of the bids.
31. The contract period may be extended up to three years if allowed by the Competent
Authority.
32. In case of any discrepancy, less weight, short supply etc the supplier will be held
responsible.
33. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and
packing rules, 1986”, if so required.
34. Tender fee is Rs. 1,000/-(Nonrefundable).
35. The firm will not attach any condition with the tender.
36. No document other than required by hospital, should be attached along with
tender/rate contract.
37. The supplier/firm once awarded a tender will provide their postal address, landline
numbers, fax numbers and email addresses so that constant contact must be
ensure for un-interrupted supply.
38. The procuring agency shall disqualify a contractor on the ground that he had
provided false, fabricated or materially incorrect information.
39. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12
ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &
STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.
FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF
SAMPLE SATISFACTORY REPORT ATTACHED).
40. The Competent Authority / Local Purchase Committee reserves the right to reject
any one or all bids.
NOTE:- BIDDERS MUST MENTION THE PACKING OF ITEMS AS PER TEST COST & PER ML COST IN THEIR FINANCIAL BIDS. OTHERWISE BIDS WILL BE REJECTED DUE TO INCOMPLETE INFORMATION UNDER PPRA RULES 2014, FORMAT OF FINANCIAL BID IS ATTACHED. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
.
Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
Satisfactory report Sample Performa
Year M/s. Equipment & Reagent Supplied
Comments by End user(s) Satisfactory/unsatisfactory
Name of end user(s) : ______________________________ Department : ______________________________ Stamp: ______________________________ Date: ______________________________ Signature: ______________________________
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on ________ 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS
NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:
7. The Supply of Provision of lab equipment on reagent basis to the
basement of PESSI Hospital, Islamabad will be the responsibility of Service Provider.
8. The Maintainace of quality, quantity of l will be the responsibility of Service Provider.
9. The service provider will ensure to swiftly respond the demand of Supply of Provision of lab equipment on reagent basis, the response time will not be more than __________.
10. The collection of empty cylinders will be the responsibility of Service Provider. 11. The Service provider will ensure supply of Supply of Provision of lab
equipment on reagent basis ______________. 12. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Price Schedule DATE OF FINANCIAL BID OPENING:13-06-2017
SUPPLY OF PROVISION OF LAB EQUIPMENT ON REAGENT BASIS (F.Y 2017-18)
S.No Name of Items Specification Company Packing
& Rate Per ml cost
Per Test Cost
Automated Chemistry Analyzer
1 Albumin
2 Alk.Phos
3 ALT
4 AST
5 Gamma gt
6
Bilirubin Total vox
7 Direct Bilirubin Vox
8 Urea
9 Creatinine
10 Uric Acid
11 Cholesterol
12 TG
13 DHL Direct
14 LDL Direct
15 Total Protein
16 Amylase
17 Glucose
18 CK-Nac
19 CKMB
20 LDH
21 Calcium
22 Iron
23 Phosphorus
24 CSF Protein
25
Megnesium
26 M.Albumin Turbi
27 Lactate Lyphoized
28 Lipase
29 HBA1 C
30 ADA
31 Aldolase
Lyophized
32 TIBC
33 RAF Turbi
34 ASO Turbi
35 CRP Turbi
36 Aldolase Control
37 Aldolose Calibrator
38 Calibrator
39 Control N
40 Control H
41 CKMB Calibrator
42 CKMB Control Normal
43 Protein Calibrator
44 HBA1 C Calibrator
45 HBA1 C Control
46 CD-80 2Ltr
47 Reaction Vuvettes
Electrolyte Analyzer
1 Na,K,CL,Ca.Ph
2 Calibration Solution
Hematology Analyzer
1 Lyse
2 Diluent
Name of Bidder _____________________ Signature and Stamp ________________ CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
12. Original receipt for purchase of tender.
13. Call Deposit Receipt
14. Experience of Firms Minimum one year business history from the date of authorization.
15. Financial Position
iv. Income Tax Certificate v. Proof Income Tax paid/Return Files vi. Financial/Bank Soundness Certificate
16. Equipments Available Attach the details of Equipment
17. Acceptance of terms and condition, tender documents duly signed and stamped.
18. Company profile including technical experts and managerial capability.
19. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
20. Price should not be mentioned on technical bid.
21. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
22. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR CONDUCTING CT MRI ECHO ETC TEST
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR CONDUCTING CT MRI ECHO ETC TEST
Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE
DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)
DATE OF OPENING: 01.06.2017 (10:00 A.M.)
DATE OF FINANCIAL BID OPENING: 06.06.2017 (10:00 A.M)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING CONDUTING CT MRI ECHO
ETC TEST.
Technical specifications for the Conducting CT MRI Echo Etc Test
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
List of Tests To Be Performed
MRI TEST
Sr.No Name of Test Test Performed
Yes/No
1. Brain with contrast
2. Brain Without Contrast
3. Cervical Spine without Contrast
4. Cervical Spine With Contrast
5. Thoracic Spine with Contrast
6. Thoracic Spine without Contrast
7. Lumbar Sacral Spine with contrast
8. Lumbar Sacral Spine without contrast
9. Abdomen with contrast
10. Extremities > Upper Limb Including
Shoulder, Girdle with contrast
11. Extremities > Upper Limb Including
Shoulder, Girdle without contrast
12. Extremities > Lower Limb Including
Pelvic Girdle with contrast
13. Extremities > Lower Limb Including
Pelvic Girdle without contrast
14. Pelvis with contrast
15. Pelvis without contrast
16. Chest with contrast
17. Chest without contrast
18. MRA
19. MRV
20. MRI with sedation
21. Renal Tract With Contrast
22. Renal Tract Without Contrast
23. Orbit With Contrast (Ophthalmology)
24. Orbit Without Contrast (Ophthalmology)
25. Brain with contrast including Cochlea &
Internal Auditory Meatus (ENT)
26. Brain Without Contrast including
Cochlea & Internal Auditory Meatus
(ENT)
27. MRCP
28. JOINT (Shoulder,Hip,Knee,Ankle,Elbow)
29. MRI Pelvimetry
C.T SCAN TEST
Sr.No Name of Test Test Performed
Yes/No
1. Abdomen without contrast
2. Abdomen with contrast
3. Brain Head Without Contrast
4. Brain Head With Contrast
5. Chest Thorax Without Contrast
6. Chest Thorax With Contrast
7. Chest Lungs High Resolution(HR CT)
8. Cervical Spine Contrast
9. Cervical Spine Without Contrast
10. Thoracic Spine With Contrast
11. Thoracic Spine Without Contrast
12. Abdomen +Pelvis with Contrast
13. Abdomen +Pelvis without Contrast
14. CT- Temporal Bones & Middle Ear Without
Contrast
15. CT-Sinuses & Orbits With Contrast
16. CT-Angiography- Brain
17. Triphase CT scan Liver
18. Myocardial Perfusion Scan
19. Orbit With Contrast (Ophthalmology)
20. Orbit Without Contrast (Ophthalmology)
21. CT Urogram
22. CT Guided Biopsy (Chest + Abdomen)
23. Extremities > Upper Limb Including Shoulder,
Girdle with contrast
24. Extremities > Upper Limb Including Shoulder,
Girdle without contrast
25. Extremities > Lower Limb Including Pelvic
Girdle with contrast
26. Extremities > Lower Limb Including Pelvic
Girdle without contrast
27. KUB Plain
28. Pelvimetry
29. Pelvic with contrast
30. Pelvic without contrast
31. CT-Angiography-Limbs
32. CT-Angiography-Renal
33. CT-Angiography-Abdominal Vessels
34. CT-Angiography-Neck Nessels
35. Portovenogram
36. CTPA
Echocardiography Test 01 Echocardiography Test
ETT Test 01 ETT Test
MISC Imaging 01 OPG
02 DEXA SCAN
03 EEG
04 Doppler Study
SIGNATURE & STAMP OF THE BIDDER. __________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form; (g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR CONDUCTING CT MRI ECHO ETC TEST under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For
purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted.
14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.
The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the
substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. 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. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70
S.No CRITERIA Score Items Marks Division Marks
1 NTN No. & GST Registration & Copy thereof
NTN No. 5
20 Professional Tax 5
GST 10
2
Financial Soundness of the Firm If Balance sheet and bank
statement both are
Deposited than only
marks of balance sheet
(12-Marks)
Would be counted.
Tapering down
phenomenon
regarding rating of
marks shall be applied on
Competitive firms.
Income Tax Paid Certificate
8
20
Balance Sheet 12
Bank Statement 8
3
Over all Reputation in Reference to the Product • No. of
reference/certificates
provided regarding
performance of the
Tests from head of the
concerned
institute/hospital.
Reference/certificate of
the test & reports shall
be verified by the
PESSI independently.
• Public Sector = 05
• Private Sector = 05
Private Sector + Public Sector
10
10
Public Sector 5
Private Sector 5
4 Rating by PESSI
Consultant
Tests performed within the Centre.
10 10
Equipment 10 10
On line reporting Facility
5 5
Delivery of reports within 24 hours
5 5
Consultants on Panel a)Full Time
Consultant=10 b) Visiting
Consultant=05
10 10
Quality Control a. External Quality Control Program
b. Internal Quality Control Program
c. ISO Cert.
5 5
Alternate power supply arrangement
to avoid delay in Test/reporting
5 5
Qualifying Score= 60
Total Score=100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the
extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The supplies shall be delivered within 15 days w.e.f the next date after the date of issue of Purchase Order (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late delivery of Parts beyond the periods specified in the Schedule of Requirements, penalty @ 1% per week of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including
all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin 3.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such Parts and services. 3.2. For purposes of this clause, “origin” means the place where the Parts are produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing. 4. Standards
5. 4.1 The Parts supplied under this Contract shall conform to the standards mentioned in the bidding documents/ Technical Specifications.
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Parts or any part thereof in the country. 7. Submission of Samples
7.1 The samples shall be submitted as per detail in instruction to the bidder 8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of Parts beyond the periods specified in the Schedule of Requirements, penalty @ 1% per week of the cost. 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection of Parts 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 12.1 The Parts supplied under the Contract shall be delivered duty paid (DDP) under which risk is transferred to the buyer after having been delivered; hence insurance coverage is Seller’s responsibility. 13. Transportation 13.1 The Supplier shall arrange such transportation of the Parts as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of Parts shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 14.1 The Supplier shall be required to provide the incidental services as specified in SCC and the cost of which should include in the total bid price. 15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices
17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Delivery of the Parts shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the Parts, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to deliver any or all installments of the Parts within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
1. The Transportation of Patients will be done by hospital administration.
2. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
1. The Tender for the CONDUCTING CT MRI ECHO ETC TEST will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).
2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014. 3. The sealed tender will be received 01.06.2017 till 09:00 AM and will be
opened at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).
4. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 10:00AM..
5. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.
6. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.
7. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.
8. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.
9. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.
10. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.
11. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
12. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.
13. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.
14. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.
15. In case of emergency requirement; Risk Purchase/diagnostics shall be made and amount incurred will be recovered from the contractor.
16. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
17. The Firm will the delivery of reports(hard copy) within 24 Hours. 18. The minimum response time for attending the patients should not be more
than 05 hours. 19. Tender fee is Rs. 1000/- (Nonrefundable). 20. Rule 36A. One person one bid will be followed strictly.
21. The firm will not attach any condition with the tender. 22. The firm has no right to make any change in the tender once submitted. 23. The firm should be registered in the Income Tax/Sales Tax. 24. The Tender can be extended upto 03Years subject to satisfactory
performance, Market Price and Principle of Procurement. 25. The Competent Authority / Purchase Committee has reserved the right to reject
any one or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: CONDUCTING THE CT MRI ECHO Etc TEST ON NEED BASIS. NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
13. The conducting of CT MRI Echo Etc test should be done by trained professionals on state of art equipment.
14. The patients having the referral slips should be facilitated on priority basis. 15. The reports/findings of diagnostics should be delivered to this hospital within 12-
18 Hours positively. 16. The Transportation of Patients will be done by PESSI Hospital, in case of
unnecessary delay on account of service provider; the patients should be drop back to PESSI Hospital on their expenses.
17. The consultants of service provider will be bound to attend any type of clinical meeting at PESSI Hospital regarding non-co relating of clinical & diagnostics finding, in case of non-compliance the contract can be cancelled and firm will be black listed.
18. The service provider will ensure to provide Emergency medical services in case of any type of Medical emergency or adverse drug reaction, However no charges will be admissible.
19. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Price Schedule
DATE OF FINANCIAL BID OPENING: 06.06.2017
CONDUCTING CT/MRI/ECHO Etc Test CONTRACT (F.Y 2017-18)
MRI TEST Sr.No Name of Test Rates Offered
1. Brain with & Without Contrast
2. Brain with contrast
3. Brain Without Contrast
4. Cervical Spine with & Without Contrast
5. Cervical Spine without Contrast
6. Cervical Spine With Contrast
7. Thoracic Spine with & Without Contrast
8. Thoracic Spine with Contrast
9. Thoracic Spine without Contrast
10. Lumbar Sacral Spine with & Without Contrast
11. Lumbar Sacral Spine with contrast
12. Lumbar Sacral Spine without contrast
13. Abdomen with & Without Contrast
14. Abdomen with contrast
15. Abdomen Without Contrast
16. Extremities > Upper Limb Including Shoulder,
Girdle with & Without Contrast
17. Extremities > Upper Limb Including Shoulder,
Girdle with contrast
18. Extremities > Upper Limb Including Shoulder,
Girdle without contrast
19. Extremities > Lower Limb Including Pelvic
Girdle with & Without Contrast
20. Extremities > Lower Limb Including Pelvic
Girdle with contrast
21. Extremities > Lower Limb Including Pelvic
Girdle without contrast
22. Pelvis with & Without Contrast
23. Pelvis with contrast
24. Pelvis without contrast
25. Chest with & Without Contrast
26. Chest with contrast
27. Chest without contrast
28. MRA
29. MRV
30. Sedation For MRI
31. Renal Tract with & Without Contrast
32. Renal Tract With Contrast
33. Renal Tract Without Contrast
34. Orbit with & Without Contrast
35. Orbit With Contrast (Ophthalmology)
36. Orbit Without Contrast (Ophthalmology)
37. Brain with & Without Contrast including
Cochlea & Internal Auditory Meatus (ENT)
38. Brain with contrast including Cochlea & Internal
Auditory Meatus (ENT)
39. Brain Without Contrast including Cochlea &
Internal Auditory Meatus (ENT)
40. MRCP
41. JOINT (Shoulder,Hip,Knee,Ankle,Elbow)
42. MRI Pelvimetry
C.T SCAN TEST
Sr.No Name of Test Rates Offered
1) with & Without Contrast
2) Abdomen without contrast
3) Abdomen with contrast
4) Brain Head with & Without Contrast
5) Brain Head Without Contrast
6) Brain Head With Contrast
7) Chest Thorax with & Without Contrast
8) Chest Thorax Without Contrast
9) Chest Thorax With Contrast
10) Chest Lungs High Resolution(HR CT)
11) Cervical Spine with & Without Contrast
12) Cervical Spine Contrast
13) Cervical Spine Without Contrast
14) Thoracic Spine with & Without Contrast
15) Thoracic Spine With Contrast
16) Thoracic Spine Without Contrast
17) Abdomen +Pelvis with & Without Contrast
18) Abdomen +Pelvis with Contrast
19) Abdomen +Pelvis without Contrast
20) CT- Temporal Bones & Middle Ear with &
Without Contrast
21) CT- Temporal Bones & Middle Ear With
Contrast
22) CT- Temporal Bones & Middle Ear Without
Contrast
23) CT-Sinuses & Orbits with & Without Contrast
24) CT-Sinuses & Orbits With Contrast
25) CT-Sinuses & Orbits Without Contrast
26) CT-Angiography- Brain
27) Triphase CT scan Liver
28) Myocardial Perfusion Scan
29) Orbit with & Without Contrast(Ophthalmology)
30) Orbit With Contrast (Ophthalmology)
31) Orbit Without Contrast (Ophthalmology)
32) CT Urogram
33) CT Guided Biopsy (Chest + Abdomen)
34) Extremities > Upper Limb Including Shoulder,
Girdle with & Without Contrast
35) Extremities > Upper Limb Including Shoulder,
Girdle with contrast
36) Extremities > Upper Limb Including Shoulder,
Girdle without contrast
37) Extremities > Lower Limb Including Pelvic
Girdle with & Without Contrast
38) Extremities > Lower Limb Including Pelvic
Girdle with contrast
39) Extremities > Lower Limb Including Pelvic
Girdle without contrast
40) KUB Plain
41) Pelvimetry
42) Pelvic with & Without Contrast
43) Pelvic with contrast
44) Pelvic without contrast
45) CT-Angiography-Limbs
46) CT-Angiography-Renal
47) CT-Angiography-Abdominal Vessels
48) CT-Angiography-Neck Nessels
49) Portovenogram
50) CTPA
Echocardiography Test 01 Echocardiography Test
ETT Test 01 ETT Test
MISC Imaging 01 OPG
02 DEXA SCAN
03 EEG
04 Doppler Study
NAME OF BIDDER ________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
23. Original receipt for purchase of tender.
24. Call Deposit Receipt
25. Experience of Firms Minimum one year business history from the date of authorization.
26. Financial Position
vii. Income Tax Certificate
viii. Proof Income Tax paid/Return Files
ix. Financial/Bank Soundness Certificate
27. Imaging Equipments Available Attach the details of Imaging equipment and Maintainace record
28. Acceptance of terms and condition, tender documents duly signed and stamped.
29. Company profile including technical experts and managerial capability.
30. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
31. Price should not be mentioned on technical bid.
32. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
33. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR TAKING CLINICAL LAB ON PANNEL FOR
VARIOUS INVESTIGATIONS
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS
Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE
DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 01.06.2017(09:00 A.M.)
DATE OF OPENING: 01.06.2017(10:30 A.M.)
DATE OF FINANCIAL BID OPENING: 06.06.2017 (10:30 A.M)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING TAKING CLINICAL LAB ON
PANNEL FOR VARIOUS INVESTIGATIONS.
Technical specifications for Taking Clinical Lab On Pannel For Various Investigations.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
List of Tests To Be Performed
S.No NAME OF LABORATORY TEST Performed Within Lab Yes or No
CHEMICAL PATHOLOGY
1 Blood Gases and Acid Base Status (Arterial blood)
2 Serum Bicarbonate level
3 Serum Calcium Ionized
4 Serum Calcium Total
5 Serum Magnesium
6 Serum Phosphates
7 Serum Ketones
8 Serum AST
9 Serum CK
10 Serum CK-MB
11 Serum LDH
12 TROP T (Rapid Test)
13 TROP I (Rapid Test)
14 Glycosylated Haemoglobin
15 Plasma Glucose (Fasting)
16 Plasma Glucose (Random)
17 Serum HDL Cholesterol
18 Serum LDL Cholesterol
19 Serum Total Cholesterol
20 Serum Triglycerides
21 Plasma Ammonia
22 Serum Albumin
23 Serum Total Bilirubin
24 Serum Direct Bilirubin
25 Serum Indirect Bilirubin
26 Serum ALT
27 Serum Alkaline Phosphatase
28 Serum Gamma GT
29 Serum Total Protein
30 Serum Ascitic Albumin Gradient (SAAG)
31 Glucose Challenge Test (50g)
32 Oral Glucose Tolerance (75g)
33 Plasma Lactate
34 Plasma Osmolality
35 Serum Albumin to Globulin Ratio
36 Serum Amylase
37 Serum Iron
38 Serum Lipase
39 Serum Prostatic Acid Phosphatase
40 Serum TIBC
41 Serum Total Acid Phosphatase
42 Serum Aldolase
43 Serum Sodium
44 Serum Potassium
45 Serum Chloride
46 Serum Lithium
47 Serum Urea
48 Serum Creatinine
49 Serum Uric Acid
50 24 hrsCreatinine Clearance
51 24 hrs Urine Calcium
52 24 hrs Urine Phosphates
53 24 hrs Urine Protein
54 24 hrs Urine Urea
55 24 hrs Urine For Microalbumin
56 Urine Sodium
57 Urine Potassium
58 Urine Chloride
59 Urine Ketones
60 Urine Amylase
61 Urine Creatinine
62 Urine Osmolality
63 Urine Uric Acid
64 Spot Urine for microalbumin
65 Fluid Albumin
66 Fluid Amylase
67 Fluid Creatinine
68 Fluid for Cholesterol
69 Fluid for Chloride
70 Fluid for Triglycerides
71 Fluid Glucose
72 Fluid LDH
73 Fluid Lipase
74 Fluid Sodium
75 Fluid Potasium
76 Fluid Protein
77 Urinary Albumin Creatinine Ratio (On Spot Urine)
SPECIAL CHEMISTRY
78 Serum Estradiol
79 Serum FSH
80 Serum LH
81 Serum Progesterone
82 Serum Prolactin
83 Sex Hormone Binding Globulin
84 Serum Testosterone
85 Growth Hormone (Basal Level)
86 Growth Hormone (Post LevoDopa)
87 Growth Hormone(Post Exercise)
88 17-Hydroxy Progesterone
89 C-Peptide (Fasting)
90 DHEA-S
91 GnRH Stimulation Test
92 Growth Hormone Suppression Test
93 HCG Stimulation Test
94 Insulin Tolerance Test
95 Plasma ACTH
96 Plasma Parathyroid Hormone
97 Serum Ferritin
98 Serum Caeruloplasmin
99 Serum Thyroglobulin
100 Serum Insulin Fasting
101 Serum Free T3
102 Serum Total T3
103 Serum Free T4
104 Serum Total T4
105 Serum TSH
106 HLA B27
107 Anti Adrenal Antibodies
108 Anti Cardiolipin Antibodies
109 Anti Centromere antibodies
110 Anti ds DNA antibodies
111 Anti Endomyseal antibodies
112 Anti Extractable Nuclear Antigen Antibodies
113 Anti Gliadin antibodies
114 Anti TTG Antibodies
115 Anti intrinsic factor Antibody
116 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)
117 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)
118 Anti Nuclear Antibodies
119 Anti reticulin antibodies
120 Anti Reticulin Antibodies Titre
121 Anti Ribosome Antibodies
122 Anti-Cyclic Citrullinated Peptide Antibodies
123 Complement C3
124 Complement C4
125 Cryoglobulins
126 Gastric Parietal cell antibodies
127 RA factor Qualitative
128 RA Factor Quantitative
129 Skeletal muscle antibodies
130 Insulin antibodies/Islet cell antibodies
131 Anti Thyroglobulin antibodies
132 Anti Thyroid Microsomal antibodies
133 Anti histone antibodies
134 Anti Glomerular Basement membrane antibodies
135 Liver Kidney microsomal Antibodies
136 Smooth muscle antibodies
137 Mitochondrial Antibodies
138 Antinucleolar antibodies
139 Anti Sperm Antibodies
140 Alpha-1 Antitrypsin
141 IgA-Immunoglobulin Level
142 IgE-Immunoglobulin Level
143 IgG-Immunoglobulin Level
144 IgM Immunoglobulin Level
145 CRP - C reactive protein (Quantitative)
146 ß-2 Microglobulin
147 Serum H.pyloriIgMIgG antibodies
148 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)
149 H. pylori Stool Antigen
150 Hydated/Ecchinococcus Antibodies
151 Serum ACE
152 Serum Cortisol
153 Serum Copper
154 Serum Protein Electrophoresis
155 Urinary Copper
156 Serum Total Vitamin D
157 Serum Alpha Fetoprotein
158 CA 125
159 CA 19-9
160 Carcinoembryonic Antigen (CEA)
161 Serum Prostate specific antigen
162 Serum Folate
163 Serum ß-HCG
164 Serum VIT B12
165 Complement fixation test
166 Mumps antibody
167 Poliovirus antibody
168 Serum for Antibody to Herpes Simplex (HSV)
169 Varicella zoster antibody
170 Hepatitis B surface antigen (HBsAg) by ICT
171 Antibody to hepatitis C virus (Anti HCV) by ICT
172 Hepatitis B surface antigen (HBsAg) by ELISA
173 Antibody to hepatitis C virus (Anti HCV) by ELISA
174 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA
175 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA
176 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA
177 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA
178 HBeAg by ELISA
179 Antibody to Hepatitis D virus by ELISA
180 Antibody to Hepatitis E virus by ELISA
181 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA
182 Dengue Virus NS I (ELISA)
183 Dengue Virus IgG (ELISA)
184 Dengue virus IgM (ELISA)
185 Antibodies to H5N1 antigen
186 Anti HIV antibodies (ELISA)
187 Epstien Barr Virus IgM
188 Antibody to Toxoplasma virus (IgM and IgG) By ELISA
189 Antibody to Rubella virus (IgM and IgG) By ELISA
190 Parvo virus B19 IgM
191 Rota virus antigen in stool
192 Brucella Antibody test
193 Typhidot test (IgM and IgG)
HAEMATOLOGY
194 Blood Complete Picture
195 Peripheral Blood Film
196 Reticulocyte count
197 Bone Marrow Aspiration (Sampling + Report)
198 Bone Marrow Trephine (Sampling + Report)
199 Bone Marrow slides for review
200 HbElectrophresis
201 Blood Group
202 G6PD screening test
203 Heinz body test
204 RBC osmotic fragility test
205 Urine haemosiderin
206 Lupus anticoagulant
207 Antithrombin
208 FDPs
209 D- dimers
210 Erythrocyte Sedimentation Rate
211 Factor V Leiden Screening Test
212 Factor VIII inhibitor
213 G6PD screening test
214 Hams test
215 PT / INR
216 APTT
217 LAP score
218 LE Cell Test
219 ICT MP
220 Nasal Smear for eosinophils
221 Peripheral Film for Malarial Parasite
222 Peripheral Film for Microfilaria
223 Plasma Fibrinogen
224 Protein C
225 Protein S
226 Sickling Test
227 Smear for Leishmaniasistropica (LT) bodies
228 Sputum for Eosinophils
229 Thrombin time
PCR
230 PCR for Xmn-I Polymorphism
231 PCR for bcr-abl gene rearrangement
232 PCR for Factor V Leiden
233 PCR for Haemophilia
234 PCR for JAK2 mutation:
235 PCR for thalassaemia
236 PCR for trisomies
237 Hepatitis B DNA PCR (Qualitative)
238 Hepatitis B DNA PCR (Quantitative)
239 Hepatitis B Genotyping
240 HCV RNA PCR (Qualitative)
241 HCV RNA PCR (Quantitative)
242 HCV Genotyping
HISTOPATHOLOGY
243 FNAC Procedure and Examination
244 Specimen for Histopathology
245 Estrogen Receptor Studies
246 Progesterone Receptor Studies
247 Her-2-Neu
248 Histopath Special stain
249 Histopath Slides / Blocks review
250 Fluid for cytology
251 PAP Smear
MICROBIOLOGY
252 Bacteria for C/S (Any specimen)
253 Blood for C/S
254 Urine for C/S
255 Fungus For Culture
256 AFB Culture
257 Swab for fungal hyphae
258 ASOT
259 TPHA
260 VDRL
261 WIDAL TEST
TOXICOLOGY
262 Drugs of Abuse Screening
263 Blood Alcohol
264 Serum Benzodiazepines
265 Urinary Cannabinoids
266 Urinary Opiates
267 Urine Alcohol
268 Urine Barbiturates
269 Urine Benzodiazepines
SPECIAL TUBERCULOSIS TESTS
270 Quantiferon TB Gold test (by IGRA)
271 Genexpert TB/RIF
272 PCR for M TB
273 TB Serology
CLINICAL PATHOLOGY
274 Urine RE
275 Sputum for AFB
276 Sputum for Gram Stain
277 Sputum RE
278 Stool Ova/Cyst
279 Stool RE
280 Stool for Occult blood
281 Urine for Bence Jones Proteins (BJP)
282 Ascitic Fluid Routine Examination
283 Fluid For Routine Examination (Any body fluid)
284 Pleural Fluid Routine Examination
285 CSF Routine Examination
286 Semen analysis
287 Pregnancy Test Urine
288 Renal stone analysis
MULTIPLE TESTS UNDER ONE HEADING
289 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)
290 Lipid Profile (Serum Total Cholesterol, LDL, HDL, Triglycerides)
291 Liver Function Tests (Serum Total Bilirubin, Serum Direct Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)
292 Renal Function Tests (Serum Urea, Creatinine, Uric acid)
293 Serum Electrolytes (Sodium, Potasium, Chloride)
294 Thyroid Function Tests (Total T3, Total T4, TSH)
295 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)
SIGNATURE & STAMP OF THE BIDDER . ________________________________
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and (h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.
The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the
substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. 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. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70
S.No Assessment Parameter Score Items Marks Division Marks
1 NTN No. & GST Registration & Copy thereof
NTN No. 5
15 Professional Tax 5
GST No. 5
2
Financial Soundness of the Firm If Balance sheet and bank
statement both are
Deposited than only
marks of balance sheet
(09Marks)
Would be counted.
Tapering down
phenomenon
regarding rating of
marks shall be applied on
competitive firms.
Income Tax Paid Certificate
6
15
Balance Sheet Or 9
Bank Statement 6
3
Over all Reputation in Reference to the performance of tests and results. Shall be envisaged by the following criteria;
• No. of
reference/certificates
provided regarding
performance of the
Tests from head of the
concerned
institute/hospital.
Reference/certificate of
the test & reports shall
be verified by the
PESSI independently.
• Public Sector = 05
• Private Sector = 05
Private Sector + Public Sector
10
10
Public Sector 5
Private Sector 5
4
RATING BY PESSI CONSULTANTS 60
Sr# Particular Marks
I Test performed within the lab (01-mark for each) a)Routine b)Special Chem/Elisa c)PCR d)Genotyping e)Microbiology c/s f)Hematology g)Histopathology
07
Ii Equipment relevant to the testing facility. (Attach the detail of equipment with make & model.
05
Iii Online Reporting facility 03
Iv Delivery of reports within 24 hours (01-mark for each) a)Routine b)Special Chem/Elisa
05
c)PCR d)Genotyping e) Hematology
V Consultants & Technical Staff. a)Full Time Consultant = 10 b)Visiting Consultant = 05 c)Medical Technologist = 05
15
Vi Quality & Control Programmes a) External quality = 10 b) Internal quality =03 c) ISO certification=02
15
Vii Courier Facility available (Pick & drop of samples & reports)
05
viii General Atmosphere 05
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award
35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The conduction of clinical investigation shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late processing of Pathological Investigations beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin. 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty
on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Processing of the samples shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements.
21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Processing of the samples , the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency
25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
5. The Transportation of samples will be done by service provider.
6. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
26. The Tender for Taking Clinical Lab On Pannel For Various Investigations will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).
27. Bid Validity, Opening and closing time will be according to PPRA Rules 2014. 28. The sealed tender will be received 01.06.2017 till 09:00 AM and will be opened
at 10:30 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).
29. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 10:30AM..
30. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.
31. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.
32. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.
33. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.
34. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.
35. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.
36. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
37. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.
38. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.
39. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.
40. In case of emergency requirement; Risk Purchase/diagnostics shall be made and amount incurred will be recovered from the contractor.
41. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
42. The Firm will the delivery of reports(hard copy) within 24 Hours. 43. The minimum response time for attending the patients should not be more
than 05 hours. 44. Tender fee is Rs. 1000/- (Nonrefundable). 45. Rule 36A. One person one bid will be followed strictly.
46. The firm will not attach any condition with the tender.
47. The firm has no right to make any change in the tender once submitted. 48. The firm should be registered in the Income Tax/Sales Tax. 49. The Tender can be extended upto 03Years subject to satisfactory
performance, Market Price and Principle of Procurement. 50. The Competent Authority / Purchase Committee has reserved the right to reject
any one or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Taking Clinical Lab On Pannel For Various Investigations. NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
20. The Pathological investigations should be done by trained professionals on state of art equipment.
21. The patients having the referral slips should be facilitated on priority basis. 22. The reports/findings of diagnostics should be delivered to this hospital within 12-
18 Hours positively. 23. The Transportation of samples & delivery of reports will be done by Service
providers . 24. The consultants of service provider will be bound to attend any type of clinical
meeting at PESSI Hospital regarding non-co relating of clinical & diagnostics finding, in case of non-compliance the contract can be cancelled and firm will be black listed.
25. The service provider will ensure to provide Emergency medical services in case of any type of Medical emergency or adverse drug reaction, However no charges will be admissible.
26. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Price Schedule
DATE OF FINANCIAL BID OPENING: 06.06.2017
Taking Clinical Lab On Pannel For Various Investigations (F.Y 2017-18)
S.No NAME OF LABORATORY TEST RATE
CHEMICAL PATHOLOGY
1 Blood Gases and Acid Base Status (Arterial blood)
2 Serum Bicarbonate level
3 Serum Calcium Ionized
4 Serum Calcium Total
5 Serum Magnesium
6 Serum Phosphates
7 Serum Ketones
8 Serum AST
9 Serum CK
10 Serum CK-MB
11 Serum LDH
12 TROP T (Rapid Test)
13 TROP I (Rapid Test)
14 Glycosylated Haemoglobin
15 Plasma Glucose (Fasting)
16 Plasma Glucose (Random)
17 Serum HDL Cholesterol
18 Serum LDL Cholesterol
19 Serum Total Cholesterol
20 Serum Triglycerides
21 Plasma Ammonia
22 Serum Albumin
23 Serum Total Bilirubin
24 Serum Direct Bilirubin
25 Serum Indirect Bilirubin
26 Serum ALT
27 Serum Alkaline Phosphatase
28 Serum Gamma GT
29 Serum Total Protein
30 Serum Ascitic Albumin Gradient (SAAG)
31 Glucose Challenge Test (50g)
32 Oral Glucose Tolerance (75g)
33 Plasma Lactate
34 Plasma Osmolality
35 Serum Albumin to Globulin Ratio
36 Serum Amylase
37 Serum Iron
38 Serum Lipase
39 Serum Prostatic Acid Phosphatase
40 Serum TIBC
41 Serum Total Acid Phosphatase
42 Serum Aldolase
43 Serum Sodium
44 Serum Potassium
45 Serum Chloride
46 Serum Lithium
47 Serum Urea
48 Serum Creatinine
49 Serum Uric Acid
50 24 hrsCreatinine Clearance
51 24 hrs Urine Calcium
52 24 hrs Urine Phosphates
53 24 hrs Urine Protein
54 24 hrs Urine Urea
55 24 hrs Urine For Microalbumin
56 Urine Sodium
57 Urine Potassium
58 Urine Chloride
59 Urine Ketones
60 Urine Amylase
61 Urine Creatinine
62 Urine Osmolality
63 Urine Uric Acid
64 Spot Urine for microalbumin
65 Fluid Albumin
66 Fluid Amylase
67 Fluid Creatinine
68 Fluid for Cholesterol
69 Fluid for Chloride
70 Fluid for Triglycerides
71 Fluid Glucose
72 Fluid LDH
73 Fluid Lipase
74 Fluid Sodium
75 Fluid Potasium
76 Fluid Protein
77 Urinary Albumin Creatinine Ratio (On Spot Urine)
SPECIAL CHEMISTRY
78 Serum Estradiol
79 Serum FSH
80 Serum LH
81 Serum Progesterone
82 Serum Prolactin
83 Sex Hormone Binding Globulin
84 Serum Testosterone
85 Growth Hormone (Basal Level)
86 Growth Hormone (Post LevoDopa)
87 Growth Hormone(Post Exercise)
88 17-Hydroxy Progesterone
89 C-Peptide (Fasting)
90 DHEA-S
91 GnRH Stimulation Test
92 Growth Hormone Suppression Test
93 HCG Stimulation Test
94 Insulin Tolerance Test
95 Plasma ACTH
96 Plasma Parathyroid Hormone
97 Serum Ferritin
98 Serum Caeruloplasmin
99 Serum Thyroglobulin
100 Serum Insulin Fasting
101 Serum Free T3
102 Serum Total T3
103 Serum Free T4
104 Serum Total T4
105 Serum TSH
106 HLA B27
107 Anti Adrenal Antibodies
108 Anti Cardiolipin Antibodies
109 Anti Centromere antibodies
110 Anti ds DNA antibodies
111 Anti Endomyseal antibodies
112 Anti Extractable Nuclear Antigen Antibodies
113 Anti Gliadin antibodies
114 Anti TTG Antibodies
115 Anti intrinsic factor Antibody
116 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)
117 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)
118 Anti Nuclear Antibodies
119 Anti reticulin antibodies
120 Anti Reticulin Antibodies Titre
121 Anti Ribosome Antibodies
122 Anti-Cyclic Citrullinated Peptide Antibodies
123 Complement C3
124 Complement C4
125 Cryoglobulins
126 Gastric Parietal cell antibodies
127 RA factor Qualitative
128 RA Factor Quantitative
129 Skeletal muscle antibodies
130 Insulin antibodies/Islet cell antibodies
131 Anti Thyroglobulin antibodies
132 Anti Thyroid Microsomal antibodies
133 Anti histone antibodies
134 Anti Glomerular Basement membrane antibodies
135 Liver Kidney microsomal Antibodies
136 Smooth muscle antibodies
137 Mitochondrial Antibodies
138 Antinucleolar antibodies
139 Anti Sperm Antibodies
140 Alpha-1 Antitrypsin
141 IgA-Immunoglobulin Level
142 IgE-Immunoglobulin Level
143 IgG-Immunoglobulin Level
144 IgM Immunoglobulin Level
145 CRP - C reactive protein (Quantitative)
146 ß-2 Microglobulin
147 Serum H.pyloriIgMIgG antibodies
148 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)
149 H. pylori Stool Antigen
150 Hydated/Ecchinococcus Antibodies
151 Serum ACE
152 Serum Cortisol
153 Serum Copper
154 Serum Protein Electrophoresis
155 Urinary Copper
156 Serum Total Vitamin D
157 Serum Alpha Fetoprotein
158 CA 125
159 CA 19-9
160 Carcinoembryonic Antigen (CEA)
161 Serum Prostate specific antigen
162 Serum Folate
163 Serum ß-HCG
164 Serum VIT B12
165 Complement fixation test
166 Mumps antibody
167 Poliovirus antibody
168 Serum for Antibody to Herpes Simplex (HSV)
169 Varicella zoster antibody
170 Hepatitis B surface antigen (HBsAg) by ICT
171 Antibody to hepatitis C virus (Anti HCV) by ICT
172 Hepatitis B surface antigen (HBsAg) by ELISA
173 Antibody to hepatitis C virus (Anti HCV) by ELISA
174 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA
175 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA
176 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA
177 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA
178 HBeAg by ELISA
179 Antibody to Hepatitis D virus by ELISA
180 Antibody to Hepatitis E virus by ELISA
181 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA
182 Dengue Virus NS I (ELISA)
183 Dengue Virus IgG (ELISA)
184 Dengue virus IgM (ELISA)
185 Antibodies to H5N1 antigen
186 Anti HIV antibodies (ELISA)
187 Epstien Barr Virus IgM
188 Antibody to Toxoplasma virus (IgM and IgG) By ELISA
189 Antibody to Rubella virus (IgM and IgG) By ELISA
190 Parvo virus B19 IgM
191 Rota virus antigen in stool
192 Brucella Antibody test
193 Typhidot test (IgM and IgG)
HAEMATOLOGY
194 Blood Complete Picture
195 Peripheral Blood Film
196 Reticulocyte count
197 Bone Marrow Aspiration (Sampling + Report)
198 Bone Marrow Trephine (Sampling + Report)
199 Bone Marrow slides for review
200 HbElectrophresis
201 Blood Group
202 G6PD screening test
203 Heinz body test
204 RBC osmotic fragility test
205 Urine haemosiderin
206 Lupus anticoagulant
207 Antithrombin
208 FDPs
209 D- dimers
210 Erythrocyte Sedimentation Rate
211 Factor V Leiden Screening Test
212 Factor VIII inhibitor
213 G6PD screening test
214 Hams test
215 PT / INR
216 APTT
217 LAP score
218 LE Cell Test
219 ICT MP
220 Nasal Smear for eosinophils
221 Peripheral Film for Malarial Parasite
222 Peripheral Film for Microfilaria
223 Plasma Fibrinogen
224 Protein C
225 Protein S
226 Sickling Test
227 Smear for Leishmaniasistropica (LT) bodies
228 Sputum for Eosinophils
229 Thrombin time
PCR
230 PCR for Xmn-I Polymorphism
231 PCR for bcr-abl gene rearrangement
232 PCR for Factor V Leiden
233 PCR for Haemophilia
234 PCR for JAK2 mutation:
235 PCR for thalassaemia
236 PCR for trisomies
237 Hepatitis B DNA PCR (Qualitative)
238 Hepatitis B DNA PCR (Quantitative)
239 Hepatitis B Genotyping
240 HCV RNA PCR (Qualitative)
241 HCV RNA PCR (Quantitative)
242 HCV Genotyping
HISTOPATHOLOGY
243 FNAC Procedure and Examination
244 Specimen for Histopathology
245 Estrogen Receptor Studies
246 Progesterone Receptor Studies
247 Her-2-Neu
248 Histopath Special stain
249 Histopath Slides / Blocks review
250 Fluid for cytology
251 PAP Smear
MICROBIOLOGY
252 Bacteria for C/S (Any specimen)
253 Blood for C/S
254 Urine for C/S
255 Fungus For Culture
256 AFB Culture
257 Swab for fungal hyphae
258 ASOT
259 TPHA
260 VDRL
261 WIDAL TEST
TOXICOLOGY
262 Drugs of Abuse Screening
263 Blood Alcohol
264 Serum Benzodiazepines
265 Urinary Cannabinoids
266 Urinary Opiates
267 Urine Alcohol
268 Urine Barbiturates
269 Urine Benzodiazepines
SPECIAL TUBERCULOSIS TESTS
270 Quantiferon TB Gold test (by IGRA)
271 Genexpert TB/RIF
272 PCR for M TB
273 TB Serology
CLINICAL PATHOLOGY
274 Urine RE
275 Sputum for AFB
276 Sputum for Gram Stain
277 Sputum RE
278 Stool Ova/Cyst
279 Stool RE
280 Stool for Occult blood
281 Urine for Bence Jones Proteins (BJP)
282 Ascitic Fluid Routine Examination
283 Fluid For Routine Examination (Any body fluid)
284 Pleural Fluid Routine Examination
285 CSF Routine Examination
286 Semen analysis
287 Pregnancy Test Urine
288 Renal stone analysis
MULTIPLE TESTS UNDER ONE HEADING
289 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)
290 Lipid Profile (Serum Total Cholesterol, LDL, HDL, Triglycerides)
291 Liver Function Tests (Serum Total Bilirubin, Serum Direct Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)
292 Renal Function Tests (Serum Urea, Creatinine, Uric acid)
293 Serum Electrolytes (Sodium, Potasium, Chloride)
294 Thyroid Function Tests (Total T3, Total T4, TSH)
295 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)
NAME OF BIDDER ________________________________________
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
34. Original receipt for purchase of tender.
35. Call Deposit Receipt
36. Experience of Firms Minimum one year business history from the date of authorization.
37. Financial Position
x. Income Tax Certificate
xi. Proof Income Tax paid/Return Files
xii. Financial/Bank Soundness Certificate
38. Pathology Equipments Available Attach the details of Pathology equipment and Maintainace record
39. Acceptance of terms and condition, tender documents duly signed and stamped.
40. Company profile including technical experts and managerial capability.
41. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
42. Price should not be mentioned on technical bid.
43. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
44. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR SUPPLY OF MEDICAL GASES
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR SUPPLY OF MEDICAL GASES
Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE
DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 1000/- (Non-refundable)
LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)
DATE OF OPENING: 01.06.2017 (11:00 A.M.)
DATE OF FINANCIAL BID OPENING: 06.06.2017 (11:00 A.M)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF MEDICAL GASES.
Technical specifications for Supply of Medical Gases.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
SCHEDULE OF REQUIREMENT S. No Name of items Size & Specification Previous Supplied
Yes/No
1
Nitrous Oxide Gas
XM/16200 Liters or 30KG
XE/1620 Liters or 03KG
2
Oxide Gas
MM/6.8 CM3 OR
240CFT &1800-2000PSI
MF/1.5 CM3 OR
48CFT &1800-2000PSI
ME/0.79 OR
24 CFT &1800-2000PSI
3
CO2
03 KG
REPAIR / REPLACEMENT CHARGES.
S. No Name of items Previous Supplied
Yes/No
1. New Nitrous Oxide Valve
2. New Oxygen Valve
3. New Spindle
4. Hydraulic Testing
5. Drying Out Charges
6. New Painting.
• Please furnish satisfactory Performance Certificate from End User i.e.
Anesthetist of this hospital.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF MEDICAL GASES under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the
Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids
10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.
The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the
substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. 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. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.
29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as
determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70
S.No Parameters Detail Total
Marks
1 Bidder's Past
Performance (Last One
Year)
Major institution served
15
i No any institution
served 0
ii 1 3
iii 2 to 3 5
iii 4 to 5 8
iii 6 to 7 12
iii 8 and above 15
2 Bidder's Market
Experience in Quoted
Items
i 1 to 3 Years 2
5
ii 3 to 5 Years 4
iii Above 5 Years 5
3 Bidder's financial status
(Only one statement
shall be considered
either balance sheet or
bank statement)
i Last year audited
balance sheet 10
15
ii Tax return (last 3
years) 5
iii Bank Statement 5
4 Certificate Copies i NTN 5 10
ii GST 5
5 Overall reputation of
Firm in reference to the
product/items
i Public Sector 5 10
Private Sector 5
6 Copies of valid
certificates ii
Authorized
Distribution 10
10
7 Overall reputation of
Firm in reference to the
delivery of the
products/items
(within specified time)
i Public Sector 7.5
15
ii
Private Sector 7.5
8 Rating by PESSI End Users
(Anesthetist)
As Per Satisfaction of
End User
20
Qualifying Marks= 70 100
29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.
30. Contacting the Procuring Agency.
30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The
Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of Medical Gases shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of Medical Gases beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement.
13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Supply of Medical Gases shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Supply of Medical Gases, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default
23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language
27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
7. The Supply of Medical Gases will be done by service provider at own Transportation
at basement of the hospital. 8. Cash receipt (in original or photo copy) token of having purchase the tender, must
accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
51. The Tender for Supply of Medical Gases will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).
52. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
53. The sealed tender will be received 01.06.2017 till 09:00 AM and will be opened at 11:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).
54. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 11:00AM..
55. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.
56. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.
57. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.
58. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.
59. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.
60. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.
61. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
62. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.
63. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.
64. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.
65. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount incurred will be recovered from the contractor.
66. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
67. The Firm will Supply Medical Gases 24/7. 68. The minimum response time for Supply of Medical Gases should not be
more than 04 hours. 69. Tender fee is Rs. 1000/- (Nonrefundable). 70. Rule 36A. One person one bid will be followed strictly.
71. The firm will not attach any condition with the tender. 72. The firm has no right to make any change in the tender once submitted. 73. The firm should be registered in the Income Tax/Sales Tax. 74. The Tender can be extended upto 03Years subject to satisfactory
performance, Market Price and Principle of Procurement 75. The Competent Authority / Purchase Committee has reserved the right to reject
any one or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT
TYPE OF SERVICE: Supply of Medical Gases NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
27. The Supply of Medical Gases to the basement of PESSI Hospital, Islamabad will be the responsibility of Service Provider.
28. The Maintainace of quality, quantity of Medical will be the responsibility of Service Provider.
29. The service provider will ensure to swiftly respond the demand of medical gases, the response time will not be more than 04 hours.
30. The collection of empty cylinders will be the responsibility of Service Provider. 31. The Service provider will ensure supply of medical gases 24/7. 32. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.
Signed/Sealed by Authorized officer PESSI 1. 2.
Price Schedule DATE OF FINANCIAL BID OPENING: 06.06.2017
SUPPLY OF MEDICAL GASES (F.Y 2017-18)
S. No Name of items Size & Specification Rate Offer
1
Nitrous Oxide Gas
XM/16200 Liters or 30KG
XE/1620 Liters or 03KG
2
Oxide Gas
MM/6.8 CM3 OR
240CFT &1800-2000PSI
MF/1.5 CM3 OR
48CFT &1800-2000PSI
ME/0.79 OR
24 CFT &1800-2000PSI
3
CO2
03 KG
REPAIR / REPLACEMENT CHARGES.
S. No Name of items Rate Offer
1. New Nitrous Oxide Valve
2. New Oxygen Valve
3. New Spindle
4. Hydraulic Testing
5. Drying Out Charges
6. New Painting.
NAME OF BIDDER ________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
45. Original receipt for purchase of tender.
46. Call Deposit Receipt
47. Experience of Firms Minimum one year business history from the date of authorization.
48. Financial Position
xiii. Income Tax Certificate
xiv. Proof Income Tax paid/Return Files
xv. Financial/Bank Soundness Certificate
49. Equipments Available Attach the details of Equipment
50. Acceptance of terms and condition, tender documents duly signed and stamped.
51. Company profile including technical experts and managerial capability.
52. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
53. Price should not be mentioned on technical bid.
54. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
55. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD
AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB
BIDDING DOCUMENTS FOR PRINTING & PURCHASE OF STATIONERY ITEMS
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR PRINTING & PURCHASE OF STATIONERY ITEMS
Social Security Hospital, Islamabad. Cost Rs. 500/- NON REFUNDABLE
DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________
(For Office use only) Received Rs. 500/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________
THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,
I-12, ISLAMABAD
TENDER FEE: Rs. 500/- (Non-refundable)
LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)
DATE OF OPENING: 01.06.2017 (11:30 A.M.)
Contract Period. 01-Year after issuance of work
order
Bid Security: 2% of estimated price in shape of
CDR in favor of Medical Superintendent PESSI Hospital Islamabad.
SUBJECT: - TERMS & CONDITIONS REGARDING PRINTING & PURCHASE OF
STATIONERY ITEMS.
Technical specifications for PRINTING & PURCHASE OF STATIONERY ITEMS.
Instructions to the bidders, General Conditions of contract, special conditions of
Contract & schedule of requirements are detailed in the bidding document
available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,
www.pessi.gop.pk.
NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.
M/s. ____________________________________________________________
____________________________________________________________
MEDICAL SUPERINTENDENT
Instructions to Bidders (ITB)
General Instructions: 1. Content of Bidding Document
1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements; (e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PRINTING & PURCHASE OF STATIONERY ITEMS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended or removed from the approved list.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services . 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for
clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall 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, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.
12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.
15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings
(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.
(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.
(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.
18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.
18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.
Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and
b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.
The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – Single envelope bidding procedure 24.1 Single stage – one envelope procedure.– Each bid shall comprise one single envelope containing, separately, financial proposal and technical proposal (if any). All bids received shall be opened and evaluated in the manner prescribed in the bidding document. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open the Bidding Documents/Bid in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding
documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material
deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 29. Contacting the Procuring Agency. 29.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 29.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid
comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency
39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The PRINTING & PURCHASE OF STATIONERY ITEMS shall be w.e.f. 01.07.2017 to 30.06.2018 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late PRINTING & PURCHASE OF STATIONERY ITEMS beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction
General Conditions of Contract (GCC)
1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.
c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means The Punjab Employees Social Security Institution.
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the Parts under this Contract.
j. “Day” means calendar day.
2. Application
2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards
5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples Samples will be provided along with bid/ 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Supply to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services
15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 PRINTING & PURCHASE OF STATIONERY ITEMS shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely PRINTING & PURCHASE OF STATIONERY ITEMS, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad 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 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law
28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later
Special Conditions of Contract (SCC) (Pkg-1)
9. The PRINTING & PURCHASE OF STATIONERY ITEMS will be done by service
provider at own Transportation at PESSI hospital Islamabad. 10. Cash receipt (in original or photo copy) token of having purchase the tender, must
accompany the offer.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.
4. Rates should be quoted in Pak rupees, including all taxes.
5. Offer of the firm not quoting rates both in word and figures shall be ignored.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.
09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.
10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.
22. The Medical Superintendent does not pledge himself to accept the lowest bid
and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.
25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.
Special Conditions of Contract (SCC) (Pkg-2)
76. The Tender for PRINTING & PURCHASE OF STATIONERY ITEMS will be conducted through PPRA Rules 2014 (Single Stage- Single Envelope).
77. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.
78. The sealed tender will be received 03.06.2017 till 09:00 AM and will be opened at 11:30 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).
79. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.
80. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.
81. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.
82. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.
83. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.
84. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.
85. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.
86. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.
87. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.
88. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.
89. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount incurred will be recovered from the contractor.
90. The Firm/Party shall Suppy the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.
91. The minimum response time for PRINTING & PURCHASE OF STATIONERY ITEMS should not be more than 7 days.
92. Tender fee is Rs. 1000/- (Nonrefundable). 93. Rule 36A. One person one bid will be followed strictly.
94. The firm will not attach any condition with the tender. 95. The firm has no right to make any change in the tender once submitted. 96. The firm should be registered in the Income Tax/Sales Tax. 97. The Tender can be extended upto 03Years subject to satisfactory
performance, Market Price and Principle of Procurement 98. The Competent Authority / Purchase Committee has reserved the right to reject
any one or all offers with assigning any reason.
Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..
Medical Superintendent, PESSI Hospital, IJP Road, Islamabad
. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.
CONTRACT FORM
THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.
(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD
(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SUPPLY CONTRACT
TYPE OF SERVICE: PRINTING & PURCHASE OF STATIONERY ITEMS NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:
33. The supply of PRINTING & PURCHASE OF STATIONERY ITEMS to the PESSI Hospital, Islamabad will be the responsibility of Service Provider.
34. The Maintainace of quality, quantity will be the responsibility of Service Provider. 35. The service provider will ensure to swiftly respond to supply the items, the
response time will not be more than 07 days. 36. The bidding documents shall also be compulsory part of this agreement.
Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.
Signed/Sealed by Authorized officer PESSI 1.
Price Schedule DATE OF BID OPENING: 01.06.2017
PRINTING & PURCHASE OF STATIONERY ITEMS (F.Y 2017-18)
S.No. Name Of Items Specification Rate
1. History Sheet (Each) 55g paper
2. Admission Register 500 Leaves 60g paper
3. Laboratory Form Blood Complete(100 Leaves)
55g paper
4. Blood Chemistry(100 Leaves) 55g paper
5. Urine Pad(100 Leaves) 55g paper
6. F-6 Book Carbonized (Duplicate) (100 Leaves)(White & Pink)
60g paper
7. Emergency Ticket(100 Leaves) 55g paper
8. Diet Charge Form(100 Leaves) 55g paper
9. F-2 Form (Pink) (100 Leaves) 55g paper
10. F-9 Form (Green) (100 Leaves) 55g paper
11. OPD Register 500 Leaves 60g paper
12. Operation List Form(100 Leaves) 55g paper
13. Temperature Sheet(100 Leaves) 55g paper
14. Ultra Sound Form100 Leaves 55g paper
15. Ultra Sound Form Pelvis 100 Leaves 55g paper
16. Ultra Sound Form Abdomen KUB 100Leaves
55g paper
17. Ultra Sound Liver 100 Leaves
55g paper
18. Carbonized Discharge Book Triplicate (White, Blue, Pink)
60g paper
19. Carbonized M-20 Book Triplicate (White, Blue, Pink)
55g paper
20. Carbonized M-20 Book Duplicate (White, Blue)
55g paper
21. Carbonized M-16 Book Triplicate (White, Blue, Pink)
55g paper
22. Carbonized Leave Book Triplicate (White, Blue, Pink) M2
55g paper
23. Carbonized Indent Book Duplicate(White, Yellow)
60g paper
24. Medicine Pad (100 Leaves) 55g paper
25. O.T Medicine Pad (100 Leaves) 55g paper
26. Consent Pad (100 Leaves) 55g paper
27. T.B Card (Green) (Each)
28. Tally Card (Each) 55g paper
29. Laboratory OPD Ticket (100 Leaves) 55g paper
30. X-Ray OPD Ticket (100 Leaves) 55g paper
31. Birth Certificate (100 Leaves) 65g paper
32. Growth Chart (100 Leaves) 55g paper
33. Partogram (100 Leaves) 55g paper
34. Nursing Sheet (100 Leaves) 55g paper
35. Carbonized F-10 Book Triplicate(White, Blue, Pink)
65g paper
36. Anesthesia Register200 Leaves 55g paper
37. Joining Report Form100 Leaves 55g paper
38. File Cover Printed (White) 70g paper
39. TA/DA Pad100 Leaves 55g paper
40. Carbonized F-13 Book Triplicate(White, Blue, Pink) (100 Leaves)
65g paper
41. Post Natal Card (Green) (Each) 55g paper
42. Flow Sheet (100 Leaves) 55g paper
43. Salary Register500 Leaves 65g paper
44. Petty Cash Register200 Leaves 55g paper
45. Reimbursement Form (A) 100 Leaves 55g paper
46. Reimbursement Form (B) 100 Leaves 55g paper
47. Reimbursement Form (C) 100 Leaves 55g paper
48. Death Certificate 55g paper
49. Cross Match 100 Leaves 55g paper
50. Lab Test Pad Hematology100 Leaves 55g paper
51. D.O Pad100 Leaves 55g paper
52. Control Document Register400 Leaves 65g paper
53. Blood Bank Donor History Pad 100 Leaves 55g paper
54. Cheque Register200 Leaves 65g paper
55. Account Expense Register200, 400 Leaves 65g paper
56. Pre Anesthesia Pad 400 Leaves 55g paper
57. Delivery Register400 Leaves 55g paper
58. In take Out Put 100 Leaves 55g paper
59. Carbonized Stock Taking List Triplicate 200 Leaves(Without Control)
55g paper
60. Fetal/ Well Being Form100 Leaves 55g paper
61. Blood Donation Pad100 Leaves 55g paper
62. Cross Match Pad100 Leaves 55g paper
63. Ball Point(Blue, Black, Red) Piano (Crystal) or equivalent
Each Packet
64. Blue, Black Ink(Small) Dollar Each Bottle
65. Correcting Fluid Pen Each
66. Carbon Paper (100 Leaves) Each Book
67. Envelop (M) 11x4 Each
68. Envelop9x4 Each
69. Envelop File Size Each
70. Foot Ruler(Steel) Each
71. File Board Each
72. File Cover Fine Quality Each
73. Punch Machine Single Each
74. Punch Machine Double Each
75. Gum Stick Each
76. Gum(Dollar) Medium Size Each
77. High Letter Each
78. Bold Marker(Dollar) Each
79. Account Ledger 4No. 65g paper
80. Stapler Machine Each
81. Marker(Tempo) Each Pack of 10
82. Permanent Marker Each
83. Paper Clip Each Packet
84. Paper Pin Each Packet
85. Paper White (Photocopy) Size A4 (500 Sheets)
55g paper
86. Paper White (Computer) A3 Legal Size(500 Sheets)
70g paper
87. Paper White (Computer) A4 Letter Size(500 Sheets)
70g paper
88. Lead Pencil Each Pack of 10
89. Paper Cutter Each
90. Rubber Plain Each
91. Register No. 20 Plain 55g paper
92. Register No. 12 Plain 55g paper
93. Register No. 16 Plain 55g paper
94. Register No. 10 Plain 55g paper
95. Staple Remover Each
96. Sharpener Each
97. Stamp Pad (Blue, Black) Each
98. Stock Register No. 12 65g paper
99. Stock Register No. 18 65g paper
100. Stock Register No. 8 65g paper
101. Stock Register No. 6 65g paper
102. Stock Register No. 4 65g paper
103. Stapler Pin Each Packet
104. Pad Large 55g paper
105. Log Book No.4 65g paper
106. Log Book No. 6 65g paper
107. Blood Confirmation Certificate (100 Leaves) 55g paper
108. Treatment Chart (100 Leaves) 55g paper
109. Progress Notes (100 Leaves) 55g paper
110. Anesthesia Consent Form (100 Leaves) 55g paper
111. Anesthesia Monitoring Sheet (100 Leaves) 55g paper
112. Surgical Notes (100 Leaves) 55g paper
113. Blood Confirmation Certificate Form(100 Leaves)
55g paper
114. Blood Donor Vigilance Form(100 Leaves) 55g paper
115. Request For Blood Transfusion (100 Leaves)
55g paper
116. Blood Transfusion Consent Form (100 Leaves)
55g paper
117. Quality Quantity Certificate Duplicate Carbonized ( White & Pink) without Control
55g paper (Size 6.5 x 8.5)
118. Consent Form Dental (Size 6.5 x 8.5) 100 Leaves
55g paper
NAME OF BIDDER ___________________________________________________.
SIGNATURE & STAMP OF THE BIDDER__________________________________________.
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.
SR# Detail Yes/No Page No KNOCK OUT CLAUSES
56. Original receipt for purchase of tender.
57. Call Deposit Receipt
58. Experience of Firms Minimum one year business history from the date of authorization.
59. Financial Position
xvi. Income Tax Certificate
xvii. Proof Income Tax paid/Return Files
xviii. Financial/Bank Soundness Certificate
60. Equipments Available Attach the details of Equipment
61. Acceptance of terms and condition, tender documents duly signed and stamped.
62. Company profile including technical experts and managerial capability.
63. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.
64. Price should not be mentioned on technical bid.
65. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.
66. List of agreements to Govt. Hospital and private sector.
Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.
Medical Superintendent PESSI Hospital Islamabad