375
BIDDING DOCUMENTS OF ANNUAL TENDERS 2016-17 FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

BIDDING DOCUMENTS OF ANNUAL TENDERS 2016-17 FOR …

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

BIDDING DOCUMENTS

OF

ANNUAL TENDERS 2016-17 FOR

NAWAZ SHARIF

SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE

INDEX

Sr. No. Name of Tender Page No.

1. Rate contract for medical store / pharmacy 3

2. Rate contract for X-ray films, chemicals and CT Scan films 12

3. Rate contract for sale of used fixer water 24

4. Rate contract for dialysis disposable items 40

5. Rate contract for surgical disposable items / small medical appliances

50

6. Rate contract for laboratory chemicals and kits 71

7. Rate contract for orthopaedic implants 88

8. Rate contract for surgical sutures 107

9. Rate contract for hearing aids and intraocular lenses 118

10. Rate contract for medical gases (oxygen, nitrogen, carbon dioxide)

129

11. Rate contract for Photostat services 148

12. Rate contract for hospital biomedical waste disposal service 165

13. Service contract for hospital bed lifts 181

14. Service contract for hospital generators 198

15. Rate contract for hospital bedding and linen items 216

16. Service contract for security guards 234

17. General order supplier contract for miscellaneous hospital items (electric, sanitary, carpenter, welder, A.C technician items, painter items, utility items, washing material for laundry)

252

18. Rate contract for EMG, EEG, MRI, Lithotripsy 280

19. Rate contract for hospital stationery items 294

20. Rate contract for hospital printing items 312

21. Rate contract for medical equipment accessories / spare parts 335

Rate contract for medical store /

pharmacy

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for rate contract for supply of medicines and pharmacy / medical store /

emergency purchase of medicine in hospital premises during financial year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016. till 10:00 AM

Receiving Date & Time 20-06-2016. till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital, Multan Road

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price 44,

00,000/- in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm _____________________________________________ Name of authorized representative _____________________________________________ I.D card No. (CNIC) _____________________________________________ Registration No. with Sales Tax Department _____________________________________________ Income Tax No. (NTN) _____________________________________________ Call Deposit Receipt No. & Date _____________________________________________ Original Receipt for purchase of tender (F-6) No and Date _____________________________________________ Complete Address _____________________________________________ _____________________________________________ Lahore Office Phone, Cell and Fax No. _____________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, ________________________________________________ are not suspended/black

listed/defaulter of any Government/Autonomous Institution at any time. In case of submission of false

statement by the firm, the department reserves the right to take any punitive action including

forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security Hospital,

Lahore are not more than the prices quoted in other Government/Autonomous Institution. In case of

any over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm

also confirm to abide by all the terms and conditions laid down in the Tender inquiry. In case of any

violation of terms and conditions, the Hospital reserves the right to take any punitive action including

forfeiture of security, under the rules.

Signature __________________

Stamp __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Tender for rate contract for supply of medicines and pharmacy / medical store / Emergency purchase of medicine in hospital premises during financial year 2016-17

1. Two Envelopes sealed offers as per PPRA are invited from all Chain Pharmacies, Chemists in Pakistan having well reputed for the supply of Medicines (Drug Category) in this invitation for bid with framework of contract on free delivery to consignee’s end basis. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

2. All the procurement procedure will be done strictly according to the PPRA RULES, 2014.

3. The participating Pharmacies / Chemists must submit their Technical Proposal in the separate envelope.

4. The participating Pharmacies / Chemists must submit their Financial Proposal in the separate envelope.

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Approved Pharmacies /Chemists

(i) Have to supply the medicines of M: 20 completely and abruptly.

(ii) Have to supply the same prescribed medicines.

(iii) Have to supply the medicines to patient but not to pay the amount of medicine.

(iv) Have not to supply the near expiry or expiry medicines otherwise the contract will be cancelled or forfeiture of performance security.

(v) Have to supply the medicines 24 Hours and in the holidays and keep the cleanliness of the Pharmacy.

7. The rates should be quoted both in words as well as in figures.

8. Pharmacy or Chemist has to pay Rs.10000/- as rent of the pharmacy before the date of 10th of every month.

9. Consumable electricity bill will be received on commercial rates which will be decided by the hospital committee.nnnn

10. Pharmacy / Chemist has to pay the Water charges Rs. 500/-.

11. All the dues have to be paid before the date of 10th of every month and if the dues not paid regularly for two months, then the contract will be cancelled.

12. In case of inspection by any Government institution or Drug inspector the pharmacy management will be self-responsible for this matter. Furthermore if during inspection PESSI Property or Govt. Property medicines found there, the pharmacy has to deposit Rs. 50000/-as penalty in the hospital account.

13. If Pharmacy or Chemist will not provide the medicines within 24 Hours then medicines will be purchased from open market and pharmacy / Chemist will return back the money without deduction.

14. At the time of receiving of medicines on M: 20 slip Pharmacy / Chemist will be responsible to take the receiving on slip.

15. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

16. Validity Period of contract shall be up to 30-06-2017, which is extendable, if deemed necessary.

17. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

18. No offer will be considered if it:

i. is received after the date and time fixed for its receipt. ii. is unsigned

iii. is conditional iv. is given by the firm black listed, suspended or removed from the approved list of the Health

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

v. is received with validity period shorter than that required in the tender inquiry. vi. does not confirm to the general conditions of the tender inquiry.

vii. is received without earnest money as specified in the tender.

19. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall not be accepted in any circumstances.

20. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, the firm will replace the unconsumed expired stocks without any further charges.

21. The firm shall supply medicines (Drug Category) as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, strip/blister, tubes, vial ampoule etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

22. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

23. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

24. The supplier will promptly attend to all calls including emergency calls.

25. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

26. The supplies/medicines shall be delivered as soon as possible after the date of issue of M: 20 Slip.

27. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision taken and / or award made by the sole arbitrator shall be final and binding of the parties is essential.

28. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

29. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

30. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore after conducting the successful inspection.

31. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

32. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROFESSOR DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital Seal & Stamp of Firm: _______________ Multan Road, Lahore.

Evaluation Criteria for the Tender for rate contract for supply of medicines and pharmacy / medical store / emergency purchase of medicine in hospital premises during financial year 2016-17

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Minimum One year (01) Chain Pharmacy history from the date of Registration of Product.

4. Acceptance of terms and condition, tender documents duly signed and stamped

5. Undertaking on judicial paper that Pharmacy / Chemist is not blacklisted in any Govt./Autonomous Body in the last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS) SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of Store/firm with reference to the Services.

More than 05-years =08

03-05 years =05

01-03 years =03

10

4. Overall reputation in reference to the Services

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

5.

Good reputation certificate from any Govt. institution/private sector in connection with services. Govt. Institution = 10 Private Institution = 05

10

6. Availability of required staff of the company/firm in reference to the services.

a) Number of Staff I. At least two staff members =06 II. Two additional numbers for every

additional technical member shall be granted with maximum up to 10.

10

7. Copy of drug sales license from District Health Officer (B- Category).

10

8. Undertaking on judicial paper that the firm is not black listed in any Govt./Autonomous body.

20

9. Total Marks Passing Marks

100

70%

CHECK LIST Sr. No

Description Sr. No. /Page No. of the Tender

Submitted

YES NO

1. Receipt 2. Copy of National Identity

Card

3. Call deposit Receipt 4. Suppliers Authorization

Letter

5. Price Reasonability Certificate

6. Price list (duly attested) 7. Sole Proprietary Certificate

in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item 13. Technical bid (separate

envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

X-Ray Films, Chemicals and CT

Scan

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for the purchase of X-ray films, C.T. Scan and Chemicals during financial year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016 till 10:00 AM

Receiving Date & Time 20-06-2016 till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm ___________________________________

Name of authorized representative ____________________________________

I.D Card No. (CNIC) ____________________________________

Registration No. with Sales Tax Department _________________________________

Income Tax No. (NTN) ____________________________________

Call Deposit Receipt No. & Date _____________________________________

Complete Address ____________________________________

____________________________________

Lahore Office Phone, Cell and Fax No. ____________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case

of submission of false statement by the firm, the department reserves the right to take any

punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomy

Institution. In case of any over pricing firm shall be bound to refund the excess charged amount

to the Institution. The firm also confirm to abide by all the terms and conditions laid down in

the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves

the right to take any punitive action including forfeiture of security, under the rules.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Purchase of X-Ray Films, C.T.Scan and Chemicals during Financial Year 2016-17

33. Two Envelope sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of X-ray films, C.T.Scan and Chemical having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

34. All the procurement procedures will be done strictly according to the PPRA, 2014.

35. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

36. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

37. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

38. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

39. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

40. The rates should be quoted both in words as well as in figures.

41. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

42. Validity Period of contract shall be up to 30-06-2017, which is extendable.

43. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

44. No offer will be considered if it:

viii. is received after the date and time fixed for its receipt. ix. is unsigned x. is conditional xi. is given by the firm black listed, suspended or removed from the approved list of the

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

xii. is received with validity period shorter than that required in the tender inquiry. xiii. does not confirm to the general conditions of the tender inquiry. xiv. is received without earnest money as specified in the tender.

45. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

46. The supplier will be responsible for free replacement of stocks if the same is not found to be of the

same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

47. The firm shall supply all x-ray films, C.T.Scan and Chemical as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency. “NOT FOR SALE PESSI PROPERTY”

48. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

49. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

50. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

51. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

52. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

53. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

54. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

55. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

56. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

57. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

58. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

59. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

60. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

61. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR X-RAY FILMS, C.T.SCAN AND CHEMICALS

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

2. Financial Soundness of the firm

i. Income tax paid certificate 08

ii. Balance Sheet 12

iii. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

3. Establishment of company/firm with reference to the

Services.

i. More than 05-years 10

ii. 03-05 years 05

iii. 01-03 years 03

10

4. Overall reputation Certificate in reference to the

Services

i. Private Sector + Public Sector 10

ii. Public Sector 05

iii. Private Sector 05

10

5. Product Certification

a) Certificates FDA/CE(MDD)/JIS

i. Any two Certificate 10

ii. Any one Certificate 05 b) For local products

10

Note: Acceptable Bids must score minimum of 65% marks.

i. ISO 10

ii. ISO14000 05

6. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

i. International market 10

ii. only local market 08 b) Foreign product

i. In two or more continents 10

ii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Product Specialization Product must be as per latest technology and internationally recognized by practitioners. Proof in form reviews, opinions, articles etc. In acknowledged journals etc. of such to be

provided by the bidder. Scoring shall be

comparative.

10

TOTAL

100

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T.SCAN AND CHEMICALS)

FOR THE YEAR 2016-17.

SR. NO.

NAME OF ITEMS WITH SPECIFICATION Estimated Demand

Estimated

Price

Total

1. Dental X-ray films 3cm * 4cm (packet of 150)

05x150 3750/- 18750/-

2. X-ray films 10 * 12 (packet of 100) 100x100 3890/- 389000/-

3. X-ray films 12 * 15 (packet of 100) 180x100 5890/- 1060200/-

4. X-ray films 14 * 17 (packet of 100) 160x100 8700/- 1392000/-

5. X-ray films 8 * 10 (packet of 100) 40x100 2890/- 115600/-

6. Dry Film for C.T Scan Size 14x17cm 6000 23800/- 1142400/-

7. Mammographic Films 18x24cm 200 92/- 18400/-

8. Mammographic Films 24x30cm If required - -

9. Cassettes sizes 14 x 17, 12 x15

10 x 12, 08 x 10

If required - -

10. Mammographic Caste 18x24cm If required - -

11. Mammographic Caste 24x30cm If required - -

12. Developer Powder pack to Make 10 liter solution

50 Pack 500/- 25000/-

13. Fixer Powder pack to Make 10 liter solution 50 Pack 500/- 25000/-

14. Hangers clip type sizes

14 x 17

12 x 15

10 x 12

08 x 10

If required - -

15. Intensifying screen high speed sizes.

14 x 17, 12 x 15, 10 x 12, 08 x 10

If required - -

16. Developer Liquid 50x5Litter 2800/- 140000/-

17. Fixer Liquid 50x5Litter 1700/- 85000/-

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T.SCAN AND CHEMICALS)

FOR THE YEAR 2016-17.

SR. NO.

NAME OF ITEMS WITH SPECIFICATION

1. Dental X-ray films 3cm * 4cm (packet of 150)

2. X-ray films 10 * 12 (packet of

100)

3. X-ray films 12 * 15 (packet of

100)

4. X-ray films 14 * 17 (packet of

100)

5. X-ray films 8 * 10 (pack

et of 100)

6. Dry Film for C.T Scan Size 14x17cm

7. Mammographic Films 18x24cm

8. Mammographic Films 24x30cm

9. Cassettes sizes

14 x 17

12 x15

10 x 12

08 x 10

10. Mammographic Caste 18x24cm

11. Mammographic Caste 24x30cm

12. Developer Powder pack to Make 10 liter solution

13. Fixer Powder pack to Make 10 liter solution

14. Hangers clip type sizes

14 x 17

12 x 15

10 x 12

08 x 10

15. Intensifying screen high speed sizes.

14 x 17

12 x 15

10 x 12

08 x 10

16. Developer Liquid

17. Fixer Liquid

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T.SCAN AND CHEMICALS)

FOR THE YEAR 2016-17.

SR. NO.

NAME OF ITEMS WITH SPECIFICATION

18. Dental X-ray films 3cm * 4cm (packet of 150)

19. X-ray films 10 * 12 (packet of 100)

20. X-ray films 12 * 15 (packet of 100)

21. X-ray films 14 * 17 (packet of 100)

22. X-ray films 8 * 10 (packet of 100)

23. Dry Film for C.T Scan Size 14x17cm

24. Mammographic Films 18x24cm

25. Mammographic Films 24x30cm

26. Cassettes sizes

14 x 17

12 x15

10 x 12

08 x 10

27. Mammographic Caste 18x24cm

28. Mammographic Caste 24x30cm

29. Developer Powder pack to Make 10 liter solution

30. Fixer Powder pack to Make 10 liter solution

31. Hangers clip type sizes

14 x 17

12 x 15

10 x 12

08 x 10

32. Intensifying screen high speed sizes.

14 x 17

12 x 15

10 x 12

08 x 10

33. Developer Liquid

34. Fixer Liquid

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

MULTAN ROAD LAHORE. LIST OF ITEM (X-RAY FILMS, C.T.SCAN AND CHEMICALS)

FOR THE YEAR 2016-17.

SR. NO.

NAME OF ITEMS WITH SPECIFICATION

18. Dental X-ray films 3cm * 4cm (packet of 150)

19. X-ray films 10 * 12 (packet of

100)

20. X-ray films 12 * 15 (packet of

100)

21. X-ray films 14 * 17 (packet of

100)

22. X-ray films 8 * 10 (packet of

100)

23. Dry Film for C.T Scan Size 14x17cm

24. Mammographic Films 18x24cm

25. Mammographic Films 24x30cm

26. Cassettes sizes

14 x 17

12 x15

10 x 12

08 x 10

27. Mammographic Caste 18x24cm

28. Mammographic Caste 24x30cm

29. Developer Powder pack to Make 10 liter solution

30. Fixer Powder pack to Make 10 liter solution

31. Hangers clip type sizes

14 x 17

12 x 15

10 x 12

08 x 10

32. Intensifying screen high speed sizes.

14 x 17

12 x 15

10 x 12

08 x 10

33. Developer Liquid

34. Fixer Liquid

Rate contract for sale of used fixer water

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for award of rate contract for lifting of used fixer water for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 20.06.2016 11:00am )

Date and time of opening of tender ( 20.06.2016 12:00 pm )

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (20.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 20.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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

separately the Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and

communicated to the bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL FOR TENDER OF USED FIXER WATER 2016-17

SR. # ASSESSMENT PARAMETERS MARKS 7. NTN No. & GST registration and copy

thereof NTN No.=10, GST No.=10

20

8. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

9. Establishment of company/firm with reference to the service.

More than 05-years =20

03-05 years =10

01-03 years =05

20

10. Overall reputation in reference to the service

Private sector+ Public sector = 10

Public sector = 05

Private sector= 05

10

11. Availability of required staff of company/firmwith reference to the service. a) Number of staff = 10 I. At least five staff members = 05 II. On additional number for every additional technical member shall be granted with maximum up to 10. (i.e. Cook, Tandoorchi, dish washer, sweeper & waiter)

10

12. Undertaking on judicial paper that firm is not blacklisted in any Govt. /Autonomous Body in last two years.

20

Total

Passing marks 65 %

100

Name of the Bidder _______________________________ Signature & Stamp________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

ii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

iii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

17. Receipt

18. Copy of National Identity Card

19. Call deposit Receipt

20. Suppliers Authorization Letter

21. Price Reasonability Certificate

22. Price list (duly attested)

23. Sole Proprietary Certificate in case of items of Propriety nature.

24. Letter of Authorization from the manufacture / foreign Principal

25. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

26. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

27. Certificate of National Tax Number

28. Samples of quoted item

29. Technical bid (separate envelope)

30. Financial bid (separate envelope )

31. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

32. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions of your tender enquiry due for opening on _________________________ for the supply of Stationary items for NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions. 2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up the delayed supply. 3. Certified that the prices quoted against tender are not more than the trade price or the price charged from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so. 4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-consumption. 5. We are not defaulter/black listed of any Government/autonomous institution at any time. Name of bidder __________________ Signature ________________________ Company stamp___________________ FIRM BIODATA NAME OF THE FIRM ______________________________________ NAME OF THE AUTHORIZED PERSON _________________________ (Authority letter must be attached) SIGNATURE OF THE TENDERER _______________________________ POSTAL ADDRESS __________________________________________ TELEPHONE NO. OFFICE _______________ MOBILE NO.___________ SALES TAX REGISTRATION NO. ________________________________ N.I.C NO.__________________________________________________ NTN._____________________________________________________ STAMP OF THE FIRM ________________________________________

BID FORM DATE: _______ NO.__________ TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees

Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at

(address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

COST RS.1000/- (NON-REFUNDABLE)

TENDER FOR AWARD OF RATE CONTRACT FOR THE SUPPLY OF USED FIXER WATER 2016-17.

Due date 20.06.2016

1. Name of bidder __________________________________

2. Address. __________________________________

__________________________________

3. Telephone no/Mobile. __________________________________

4. Tender Purchased Receipt

(f-6) no. & date. __________________________________

5. Deposit at call no. & date: __________________________________

6. Amount of deposit at call __________________________________

7. Name of bank and branch __________________________________

8. Sales tax regd. no. ____________N.T.N. NO. _______________

9. Fax no. __________________________________

Certified that the terms of the tender noted carefully, in case of award of rate contract, our

firm shall comply with terms and conditions.

Signature of bidder. __________________

Date: ______________________________

Stamp: ___________________________

Rate contract for Dialysis Disposables

items

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender form for the purchase of Dialysis Disposable items during financial year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016. Till 10:00 AM

Receiving Date & Time 20-06-2016. Till 11:00 AM

Opening Date & Time 20-06-2016. Till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital, Multan Road

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price in the

form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm _____________________________________________ Name of authorized representative _____________________________________________ I.D Card No. (CNIC) _____________________________________________ Registration No. with Sales Tax Department _____________________________________________ Income Tax No. (NTN) _____________________________________________ Call Deposit Receipt No. & Date _____________________________________________ Original Receipt for purchase of tender (F-6) No and Date _____________________________________________ Complete Address _____________________________________________ _____________________________________________ Lahore Office Phone, Cell and Fax No. _____________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER WORTH RS.100)

We M/s, ________________________________________________ are not suspended/black

listed/defaulter of any Government/Autonomous Institution at any time. In case of submission of false

statement by the firm, the department reserves the right to take any punitive action including

forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security Hospital,

Lahore are not more than the prices quoted in other Government/Autonomous Institution. In case of

any over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm

also confirm to abide by all the terms and conditions laid down in the Tender inquiry. In case of any

violation of terms and conditions, the Hospital reserves the right to take any punitive action including

forfeiture of security, under the rules.

Signature __________________

Stamp __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Terms and Conditions for the Tender for the purchase of Dialysis Disposable items during financial year 2016-17

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Dialysis Disposable items having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

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

3. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2017, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

i. is received after the date and time fixed for its receipt. ii. is unsigned iii. is conditional iv. is given by the firm black listed, suspended or removed from the approved list of the

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

v. is received with validity period shorter than that required in the tender inquiry. vi. does not confirm to the general conditions of the tender inquiry. vii. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

15. The firm shall supply all Dialysis Disposable items as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.

NOT FOR SALE

PESSI PROPERTY

16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at

his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROFESSOR DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR DIALYSIS DISPOSABLE ITEM

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE

#

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank

Draft.

(The original CDR will be attached with financial bids and a

photocopy of same shall be attached with technical bid after

concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate

from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of

Registration of Product

5. Acceptance of terms and condition, tender documents duly

signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

13. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

14. Financial Soundness of the firm iv. Income tax paid certificate 08

v. Balance Sheet 12

vi. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

15. Establishment of company/firm with reference to the

Services.

iv. More than 05-years 10

v. 03-05 years 05

vi. 01-03 years 03

10

16. Overall reputation Certificate in reference

to the Services iv. Private Sector + Public Sector 10

v. Public Sector 05

vi. Private Sector 05

10

17. Product Certification

a) Certificates FDA/CE(MDD)/JIS iii. Any two Certificate 10

iv. Any one Certificate 05 b) For local products

iii. ISO 10

iv. ISO14000 05

10

18. Undertaking on judicial paper that firm is

not blacklisted in any Govt./Autonomous

Body in last two years

10

7 Brand Make and Model of the Product

a) local product with

iii. International market 10

iv. only local market 08 b) Foreign product

iii. In two or more continents 10

iv. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture

10

9 Length of Registration of Products with

Ministry of Health. i. 1-5 Years 04

ii. 6-10 Years 08

iii. More Than 10 Years 10

10

TOTAL

100

Note:

Acceptable Bids must score minimum of 65% marks.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Head of Dialysis disposable item

2016-2017

Sr. No NAME OF ITEM APPROXIMATE

DEMAND ESTIMATED

PRICE

TOTAL

1 Synthetic dialyzer set (complete) including blood tubing with fluid barrier.

9000 set 910/- 8190000/-

2 Fistula needle. 16000 Pice 24/- 384000/-

3 Sub clavian catheter Double lumen for haemo dialysis Adult size.

240 2925/- 702000/-

4 Sub clavian catheter Double lumen for haemo dialysis peads size.

If required - -

5 Bicarbonate solution part A&B. low potassium high calcium.

9000 250/- 2250000

6 Cartilage filter 20 inches, 5micron. If required - -

7 Membranes wash solution. If required - -

8 Permanent dialysis catheter. 05 22700/- 113500/-

9 Hot disinfection chemical solution for Dialysis machine.

35x5 Liter 6950/- 243250/-

10 Citric acid. 50 kg 600/- 30000/-

11 Hypochlorite solution. 50 Liter 500/- 25000/-

12 Diasafe Filter. 20 6450/- 129000/-

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

33. Receipt 34. Copy of National Identity Card 35. Call deposit Receipt 36. Suppliers Authorization Letter 37. Price Reasonability Certificate 38. Price list (duly attested) 39. Sole Proprietary Certificate in case of

items of Propriety nature.

40. Letter of Authorization from the manufacture / foreign Principal

41. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

42. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

43. Certificate of National Tax Number 44. Samples of quoted item 45. Technical bid (separate envelope) 46. Financial bid (separate envelope ) 47. Copy of the technical bid on the CD in

Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

48. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Rate contract for surgical disposable

items / small medical appliances

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Small Medical Appliances during Financial Year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016. Till 10:00 AM

Receiving Date & Time 20-06-2016. Till 11:00 AM

Opening Date & Time 20-06-2016. Till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm

Name of authorized representative

I.D Card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department ____________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No._________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case of submission of false statement by the firm, the department reserves the right to take any punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomy Institution. In case of any over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm also confirm to abide by all the terms and conditions laid down in the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves the right to take any punitive action including forfeiture of security, under the rules.

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Terms & Conditions for the Purchase of Small Medical Appliances during Financial Year 2016-17

30. Two Envelopes sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Small Medical Appliances having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

31. All the procurement procedures will be done strictly according to the PPRA, 2014.

32. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

33. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

34. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

35. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

36. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

37. The rates should be quoted both in words as well as in figures.

38. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

39. Validity Period of contract shall be up to 30-06-2017, which is extendable.

40. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

41. No offer will be considered if it:

viii. is received after the date and time fixed for its receipt. ix. is unsigned x. is conditional xi. is given by the firm black listed, suspended or removed from the approved list of the

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

xii. is received with validity period shorter than that required in the tender inquiry. xiii. does not confirm to the general conditions of the tender inquiry. xiv. is received without earnest money as specified in the tender.

42. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

43. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

44. The firm shall supply all Small Medical Appliances as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency. “NOT FOR SALE PESSI PROPERTY”

45. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

46. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

47. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

48. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

49. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

50. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

51. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

52. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

53. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

54. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

55. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

56. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

57. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

58. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROFESSOR DR. MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road Lahore

EVALUATION CRITERIA FOR SMALL MEDICAL APPLIANCE PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

19. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

20. Financial Soundness of the firm

vii. Income tax paid certificate 08

viii. Balance Sheet 12

ix. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

21. Establishment of company/firm with reference to the

Services.

vii. More than 05-years 10

viii. 03-05 years 05

ix. 01-03 years 03

10

22. Overall reputation Certificate in reference to the

Services

vii. Private Sector + Public Sector 10

viii. Public Sector 05

ix. Private Sector 05

10

23. Product Certification

a) Certificates FDA/CE(MDD)/JIS

v. Any two Certificate 10

vi. Any one Certificate 05 b) For local products

v. ISO 10

10

Note: Acceptable Bids must score minimum of 65% marks.

vi. ISO14000 05

24. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

v. International market 10

vi. only local market 08 b) Foreign product

v. In two or more continents 10

vi. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Length of Registration of Products with

Ministry of Health.

iv. 1-5 Years 04

v. 6-10 Years 08

vi. More Than 10 Years 10

10

TOTAL

100

NAWAZ SHARIF SS HOSPITAL MULTAN ROAD LAHORE.

LIST OF ITEMS FOR SMALL MEDICAL APPLIANCES 2016-17.

SR, NO. NAME OF ITEMS WITH SPECIFICATION. Estimated

Demand

Estimated

Price

Total

ANESTHESIA ITEMS.

1. I.V. Cannula with wings, stopper and injection

port.

G-14 to G-22.

50000 38.50 1925000

2. I.V. Cannula with wings, stopper and injection

port. G.24.

6000 83 498000

3. Safety IV Cannula for protection of needle stick

injury from hepatitis & HIV Patients.

If required - -

4. Disposable needle all size 30x100 155/100 4650

5. Endotracheal tube Nasal with cuff all sizes 50 50 2500

6. Endotracheal tube reinforced all sizes 10 1250 12500

7. Endotracheal tube with cuff (Disposable) all sizes 1400 50 70000

8. Endotracheal tube without cuff (Disposable) all

sizes

400 50 20000

9. Endotracheal tube without cuff (Red rubber) all

sizes

If required - -

10. Endotracheal tube with cuff (Red rubber) all sizes If required - -

11. Endotracheal tube Double Lumen left/right

reusable all sizes.

If required - -

12. Endotracheal tube Double Lumen left/right

Disposable all sizes.

If required - -

13. RAE Endotracheal tube all sizes If required - -

14. CVP line triple lumen all sizes 100 2200 220000

15. CVP line Double Lumen (All sizes) If required - -

16. L.P needles All sizes. 4500 73 328500

17. L.P needle (Size 27 Pencil tip with introducer) If required - -

18. L.P needle (Size 27 Pencil tip without introducer) If required - -

19. Disposable ECG Electrodes fine sticking

(Adult

size)

15100 6.25 94375

20. Epidural Set with catheter. 16G/18G 30 1049 31470

21. Epidural Needle only. 16G/18G If required - -

22. Soda Lime 15 2800 42000

23. Laryngeal Mask Re – Usable (All sizes). If required - -

24. Air way (All sizes). 360 11.45 4122

25. Three way stop cock. 300 24 7200

26. Glyceryle Trinitrate patch 10mg (deponit patch) If required - -

27. Viral / Bacterial filter for Peads 300 138 41400

28. Viral / Bacterial filter for respiratory circuit 400 750 30000

29. Magill’s circuit (for adult). 20 2400 48000

30. Ayres T piece ( Pediatric circuit- with bag)

disposable

15 950 14250

31. Circle absorber system circuit with rebreathing

bag. (2 Liter)

60 650 39000

32. Circle absorber system circuit (peads) 10 725 7250

33. Circle absorber system circuit (Adult) 100 650 6500

34. Nebulizer kit Adult.

550 71 39050

35. Nebulizer kit Peads. 550 71 39050

36. Nebulizer Kit for Ventilators (With-T) 20 190 3800

37. Catheter Mount 80 134 10720

38. I/V infusion set for syringe pump 20 95 1900

39. Disposable Arterial line catheter 10 1250 12500

40. Manometer Tubing for syringe pump 1000 95 95000

41. HME filters for ICU Patients

(Heat Moisture Exchange)

20 129 2580

42. Stillest for Endotracheal Tubes All size 35 325 11375

43. Anesthesia Face mask (All Size)

Black Rubber Antistatic

10 2200 22000

44. Breathing Bag for Anesthesia Machine

Black Rubber / Antistatic (All size)

If required - -

45. Disposable facemask N-95. 100 98 9800

46. Disposable Pressure Transducer Compatible. 20 1128 22560

47. Oxygen Mask 1000 58 58000

48. Syringe Cutter ( Heavy duty) 400 189 75600

49. Disposable Mouth Piece Reusable 10 90 900

50. Disposable Mouth Piece If required - -

51. Disposable Face Mask 10000 2.60 26000

52. Nasal Cannula 1000 38 38000

53. Nasal Airway all sizes 50 150 7500

54. Bogies Peads If required - -

55. Bogies Adult If required - -

56. Disposable Cap for OT 2000 3.50 7000

57. CPAP Mask 10 8500 85000

58. Disposable suction pipe If required - -

SURGICAL ITEMS

59. T-Tube All sizes (Sterilized) 20 87 1740

60. Disposable suction drain set size 10, 12, 14,

and 16, 18.

800 438 350400

61. Disposable sterilized double gloves all sizes. 600 99 59400

62. Disposable gloves sterile surgical gloves (gloves

size 6 must be quoted by parties or the quotation may

be considered).

60000 38 2280000

63. Polythene gloves (Pack of hundred). 600x100 25/100 15000

64. Sterile and Disposable Transparent adhesive

plastic drape sticking area.

15x28cm. Small

200 178 35600

65. Sterile and Disposable Transparent adhesive

plastic drape sticking area.

28x30cm. Medium

1000 284 284000

66. Sterile and Disposable Transparent adhesive

plastic drape sticking area.

28x45cm. Large

If required - -

67. Sterile and Disposable Transparent adhesive

plastic drape sticking area.

45x55cm Extra Large

If required - -

68. Steri- Strip Advance If required - -

69. Disposable adhesive surgical wound dressing

10x20cm

100 44 4400

70. Disposable adhesive surgical wound dressing

10x25cm

300 55 16500

71. Disposable adhesive surgical wound dressing

10x35cm

If required - -

72. Wound Closure strips (Stri strips) If required - -

73. Hydrocolloid/Hydrogel wound dressing 4”

x 4”

If required - -

74. Hydrocolloid/Hydrogel wound dressing 6”

x 6”

If required - -

75. Hydrocolloid/Hydrogel wound dressing 8”

x 8”

If required - -

76. Chest binder. 05 160 800

77. Abdominal binder. 60 178 10680

78. Hydrocolloid Gel. If required - -

79. Calcium alginate wound dressing 10cm

x 10cm

If required - -

80. Calcium alginate wound dressing 10cm

x 20cm

If required - -

81. Hypoallergenic paper tape sizes. 1”

2”

3”

4”

5”

6”

400

200

33

66

13200

13200

82. Acrylic base transparent tape 1”x10

yard

2”x10

yard

3”x10

yard

If required - -

83. Calcium alginate rope Length (12”) (Not less

than 12”)

If required - -

84. Absorbable gelatin sponge hemostat 1200 195 234000

85. Suction catheter (All sizes) 300 12 3600

86. Nelton drain (all sizes) 1800 9.50 17100

87. Colostomy bags (Simple) If required - -

88. Colostomy bag (One piece drainable pouch

with skin barrier) custom cut, clamp for every

five bag.

220 238 52360

89. Colostomy bag (two piece system with

drainable pouch custom cut)

1600 418 668800

90. Colostomy bridge. If required - -

91. Autoclave strips. 10000 9.50 95000

92. Fine needle Aspiration Biopsy needle. If required - -

93. True Cut Biopsy Needle All Size 14, 16, 18. 100 1650 165000

94. Thermometer oral. 350 36 12600

95. Chest tube without trocar (All sizes) 80 129 10320

96. Thoracic Drain Set 25 1200 30000

97. Surgical blades (All sizes) 8500 17.75 150875

98. Surgical blades No. 11 500 17.75 8875

99. Skin grafting blade (Hamby’s knife) 05 590 2950

100. Electric dermatone blade. If required - -

101. Derma carrier for Zimmer mesh graft II 3.1/6.1 If required - -

102. Air cushion rubber. If required - -

103. Embolectomy catheter (All sizes) If required - -

104. Precautious endoscopes gestrostomy set (PEG) If required - -

105. Jejunosotmy feeding tube. If required - -

106. Disinfectant/Sterilized solution for medical

equipments

160Ltr 1850 296000

107. Disinfectant/Sterilized solution for

Gastroscopy machine

20Ltr 1800 36000

108. Disinfectant solution for surface free from

glutarel dehyde

300Ltr 1189 356700

109. Endobiliry stent with pusher and guide wire. If required - -

110. Compression elastic stocking above knee. 30 890 26700

111. Compression elastic stocking below knee. 30 890 26700

112. Compression elastic stocking graduated. 30 890 26700

113. Stomahesive paste 300 653 195900

114. Stomahesive powder If required - -

115. Disposable diathermy lead. 1000 179 179000

116. Face Mask 3layerd with additional filter 50 22.80 1140

117. Examination Gloves (latex pre-powder) 1200x100 324/100 388800

118. Steam Blue Autoclave Tape. 80 380 30400

119. Transparent post Op Dressing Acrylic Base. If required - -

120. Alcohol Base Hand Scrub not Povidine / Iodine 500x500Ml 389 194500

121. Stapple Haemrodal Gun All Size. If required - -

122. N.G Tube Size 3-10. 4700 7.80 36660

123. N.G Tube Size 12-22. 1500 14.90 22350

LAPAROSCOPIC INSTRUMENTS

124. Disposable Laparoscope’s cannula 10mm 50 4800 240000

125. Disposable Laparoscope’s cannula 5mm 50 4500 225000

126. Disposable laparoscope’s tray all assailers. 01 68000 68000

127. Disposable Laparoscopic scissor 5mm 03 6000 18000

128. Disposable Laparoscopic Grasper 5mm 15 7500 112500

129. Disposable Laparoscopic Dissector tinny all

accessory

If required - -

130. Disposable Laparoscopic Babcock 5mm 03 7600 22800

131. Disposable Laparoscopic Hernia Stapler

10/11mm.

If required - -

132. Endo Loop If required - -

133. Endoscopic liner cutter 45mm 02 25000 50000

134. Reload for endoscopic liner cutter 45mm If required - -

135. Lap disc (Hand Port) If required - -

136. Disposable clip applier 5mm. If required - -

137. Circular stapler sizes (21,25,29,33mm If required - -

138. Contour curved cutter 40mm If required - -

139. Reload for contour curved cutter 40mm If required - -

140. Liner cutter sizes-55, 75, 100mm If required - -

141. Hernia stapler for mesh fixation If required - -

142. Suction irrigation Device for laparoscopic If required - -

143. Shear for Open Surgery (Hand Operated for

Ultrasonic Harmonic Scalpel)

02 45000 90000

144. Elostamy bag with set (Transparent) If required - -

145. Extract Inflatable Specimen Bag 10 4800 48000

UROLOGY ITEMS

146. Foley’s catheter (2-way) 8-10. With styllite 200 64 12800

147. Foley’s catheter (2-way) 12-20. 6500 54 351000

148. Foley’s catheter (2-way) 22-26. If required - -

149. Foley’s catheter (3-way) 20, 22, 24 200 240 48000

150. TUR irrigation set 150 360 54000

151. External urinary catheter. 200 9 1800

152. Suprapubic catheter set adult. 40 2150 86000

153. Urine bag ordinary 2000ml. 8000 18 144000

154. Urine bag A-type 2000ml 300 68 20400

155. Urine bag infant (with fine sticking). 300 3.40 1020

156. Ureteric catheter adults 4 to 8 fr.

40 1050 42000

157. Ureteric catheter

Peads 3fr.

If required - -

158. Double J stent with guide wire with pusher Adult.

60 2250 135000

159. Double J stent with guide wire with pusher

Peads.

If required - -

160. D J stent If required - -

161. PCN set. 30 6000 180000

162. Silicon Foley’s catheter 2 way 10-22 FR 40 170 6800

163. Silicon Foley’s catheter 3 way 22 FR If required - -

164. Guide Wire straight all size If required - -

165. Guide Wire Covered all size If required - -

166. TUR Loops (Wolf) If required - -

167. TUR Loops (Olympus) 30 6500 195000

168. Dormai Basket (urology+ Biliary) 4fr If required - -

169. Hydrophilic Guide Wire. If required - -

170. DJ stent long duration with guide wire & pusher. If required - -

171. Prostate Evaporation loop / wolf compatible. If required - -

172. Prostate Evaporation loop / Olympus

Compatible.

If required - -

173. Implants sheets ( All size) If required - -

NEPHROLOGY ITEMS

174. CAPD Catheter set. If required - -

175. CAPD Fluid. If required - -

176. Peritoneal dialysis catheter Adults. If required - -

177. Peritoneal dialysis catheter paeds. If required - -

178. Peritoneal dialysis tubing. If required - -

179. Cardio Vascular Graft (Ringular)

Size. 6mm X 10cm

6mm X 40cm

6mm X 50cm

6mm X 60cm

6mm X 70cm

01 55000 55000

180. Cardio Vascular Graft (Non-Ringular)

Size. 6mm X 10cm

6mm X 40cm

6mm X 50cm

6mm X 60cm

6mm X 70cm

01 50000 50000

RADIOLOGY ITEMS

181. Ultrasound gel 5kg can. 50x5KG 480 24000

182. Ultrasound Thermal Paper (High Density). 70 950 66500

183. Chiba Needle All Size 05 1800 9000

184. Sure cut Biopsy Needle (sami automatic) 05 1800 9000

185. Single Shot Catheter Drainage set. If required - -

186. 3 – Way stopper with extension tubing. 500 24 12000

187. Tubing (Double head) for CT Injector (Pressure

Line)

If required - -

ENT ITEMS

188. Grommets shepherd medium. 20 1700 34000

189. Grommets shepherd large. 20 1700 34000

190. Tracheostomy tube metallic (All sizes) If required - -

191. Tracheostomy tube (disposable with cuff) all

sizes

30 1250 37500

192. Tracheostomy tube (disposable without cuff) all

sizes

If required - -

193. Cartilage implants. If required - -

194. Ossicular chain prosthesis. If required - -

195. L-Shaped nosal prosthesis silicon

Small

Medium

Large.

01 11800 11800

ORTHOPEDIC ITEMS

196. Philadelphia collar. 01 1745 1745

197. Cervical collar (soft) small, medium, large. 10 168 1680

198. Cervical collar (hard) Adjustable small, medium,

large.

15 148 2220

199. Adjustable hard collar for cervical traction. 02 470 940

200. Tubi-Grip above knee small, medium, large. 450 90 40500

201. Tubi-Grip below knee small, medium, large. If required - -

202. Tubi-Grip fore arm small, medium, large. If required - -

203. Skin traction kit non sticking

120 148 17760

204. Skin traction kit sticking If required - -

205. Polyslying. 100 174 17400

206. Wrist splint. If required - -

207. Elbow immobilizer. If required - -

208. Shoulder immobilizer. If required - -

209. Knee immobilizer. 40 394 15760

210. Ankle foot immobilizer. If required - -

211. Ankle foot knee immobilizer. If required - -

212. Kneecap/support. 20 78 1560

213. Stockinet. 30 64 1920

214. Lumbosecral corset.

Dargo Lumber Brace

80 298 23840

215. Scotch cost 3’’ 60 369 22140

216. Scotch cost 5’’ 60 489 29340

217. Scotch cost 6’’ 10 495 4950

218. Ortho cotton 4’’ 60 46 2760

219. Ortho cotton 6’’ 60 56 3360

BLOOD BANK PAEDS AND MISCELLANEOUS

220. Blood bag (500ml with set.) 9000 274 2466000

221. Leucodepletion Filter 05 4500 22500

222. Cord clamp (fine quality) 10000 5.50 55000

223. Butterfly needles (all sizes) 3200 27 86400

224. Burette 100ml with metal tip dropper in (flexible

chamber)

3000 60 180000

225. Breathing Circuit with Water trap (Child/infant)

30 750 22500

226. Bacterial / Viral Filter (Child/infant) 100 138 13800

227. Ambu bag Disposable (Child/infant)

If required - -

228. Ring pessery (All sizes) 100 970 97000

229. Blood transfusion set. 160 28.50 4560

230. Braum Sulphate Powder 120 350 42000

231. Braum Enema Bag If required - -

232. Blood Sugar Strips with lancet 1050x50 425/50 446250

233. Spirometter If required - -

234. Spiromettery Filter (PFT Filter) 05 250 1250

235. Rubber band (Hemorrhoidal band). 200 26.50 5300

236. ECG Roll 63mm x 30 Meter. 300 73 21900

237. ECG Paper Z type If required - -

238. ECG Paper Pad type If required - -

239. CTG Printer Paper 30 628 18840

240. Chest Bottle Single Chamber. 80 790 63200

241. Chest Bottle Three Chamber. 25 2800 70000

242. Disinfection solution for gastroscopy machine 15LTR 1880 28200

243. Multi Band Ligator (6 shooter) If required - -

244. Multi Band Ligator (10 shooter) If required - -

245. Rubber band for Band Ligation. If required - -

246. Multi Band Ligator for Clonoscopy. If required - -

247. Evolution esophageal Stent. If required - -

248. Heamorrohoidal Band Ligator. If required - -

249. Esophageal balloon dilator. If required - -

250. Savary Gilliard Dilator. If required - -

251. PEG Set. If required - -

252. Steam Pack

Neck Size

Small Size

Back Size

Medium Size

If required - -

253. Thermal Printing Roll 05 94 470

254. Absorbent Sheets, Tissues If required - -

255. Alcohol Pads / swabs If required - -

256. Savary Gilliad Dilator Set, Instrument /

Disposable

If required - -

257. Foreign Body reteivcal spider net, Instrument /

Disposable If required - -

EYE SURGERY ITEMS

258. Micro sponges. If required - -

259. Simco cannula (Irrigation/Aspiration) 02 1500 3000

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

49. Receipt

50. Copy of National Identity Card

51. Call deposit Receipt

52. Suppliers Authorization Letter

53. Price Reasonability Certificate

54. Price list (duly attested)

55. Sole Proprietary Certificate in case of items of Propriety nature.

56. Letter of Authorization from the manufacture / foreign Principal

57. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

58. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

59. Certificate of National Tax Number

60. Samples of quoted item

61. Technical bid (separate envelope)

62. Financial bid (separate envelope )

63. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

64. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Rate contract for

laboratory chemicals

and kits

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Lab Chemicals, Kits and Consumables during Financial Year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016 till 10:00 AM

Receiving Date & Time 20-06-2016 till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital, Lahore.

Bid Security The bids shall accompany 3% Bid Security of the Estimated Price in the

form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT

Name of Firm _____________________________________________

Name of authorized representative _____________________________________________

I.D card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department _____________________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. _____________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not suspended/black

listed/defaulter of any Government / Autonomy Institution at any time. In case of submission of false

statement by the firm, the department reserves the right to take any punitive action including forfeiture

of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security Hospital,

Lahore are not more than the prices quoted in other Government / Autonomy Institution. In case of any

over pricing firm shall be bound to refund the excess charged amount to the Institution. The firm also

confirm to abide by all the terms and conditions laid down in the Tender inquiry, in case of any violation

of any terms and conditions, the Hospital reserves the right to take any punitive action including

forfeiture of security, under the rules.

Signature __________________

Stamp _________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Terms & Conditions for the Purchase of Lab. Chemicals Kits and Consumables during

Financial Year 2016-17

59. Two Envelopes sealed offers as per PPRA are invited from all original manufacturers/authorized sole

agents of foreignprincipals in Pakistan for supply ofLaboratory Kits, Consumables& Equipment having

well repute for the supply of stores asscheduled in this invitation for bid. Tender should be sent in the

name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

60. All the procurement procedures will be done strictly according to the PPRA, 2014.

61. The participating firms must submit their Technical Proposal in the following manners.

Item No. Name of

Item

Brand

Name

Cat No Manufacturer Country of

Origin

Pack Size

62. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of

Item

Cat No Pack

Size

Offered Price / Pack Unit

Price

63. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as

“FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The

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

non-responsive shall be returned un-opened to the respective bidders.

64. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

65. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road,

Lahore.

66. The rates should be quoted both in words as well as in figures.

67. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been

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

the substance of the bid.

68. Validity Period of contract shall be up to 30-06-2017, which is extendable.

69. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information

concerning their professional, technical, financial, legal or managerial capabilities.

70. No offer will be considered if it:

xv. is received after the date and time fixed for its receipt.

xvi. is unsigned

xvii. is conditional

xviii. is given by the firm black listed, suspended or removed from the approved list of the Health

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

Health Ministry.

xix. is received with validity period shorter than that required in the tender inquiry.

xx. does not confirm to the general conditions of the tender inquiry.

xxi. is received without earnest money as specified in the tender.

71. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing

the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting

shall in no circumstances be accepted.

72. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of bid / substandard / spurious / misbranded / expired.

Moreover, it will replace the unconsumed expired stores without any further charges.

73. The shelf life up to 70% will be accepted without penalty charges and up to 60% with imposition of 1%

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

74. The bidder will ensure shipping of the kits directly from the manufacturer from the country of origin to

the consignee, however the bidder will act as local agent of the manufacturer to ensure technical and

supply services.

75. The firm shall supply Lab Kits as far as possible as per tender requirement in special packing. The

following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each

carton, pack, bottle, strip/blister, tubes, vial ampoule etc. in case of imported items (or small quantity),

the mentioned condition may be relaxed by the Procuring Agency.

“NOT FOR SALE PESSI PROPERTY”

76. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA)

2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

77. If the supplier fails to execute the order according to the terms and conditions, the institution may take

any punitive action including forfeiture of performance security and black listing of the firm.

78. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase

order (without penalty).

79. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late

delivered supply shall be imposed upon the supplier.

80. If the supplier failed to supply the order item(s) within the prescribed delivery schedule or supplied

substandard items and failed to replace it with the standard one, risk purchase will be made and price

difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

81. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee /

Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted

minimum for two years for future participation.

82. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or

application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz

Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR.

The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

83. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for

immediate supply.

84. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

85. Payment of the bills will be made subject to approval of store / supply by the authorizedInspection

Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. Afterconducting the

successful inspection.

86. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road,

Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds

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

87. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan

Road, Lahore shall be final.

PROFESSOR DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR PCR KITS PART-A: ELIGIBILITY CRITERIA

SR

. #

DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft.

(The original CDR will be attached with financial bids and a photocopy of

same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from

Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of

Product

5. Acceptance of terms and condition, tender documents duly signed and

stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any

Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)

S.# ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof

NTN No. = 05 GST No. = 05 Professional tax No. = 05

15

2. Financial Soundness of the firm

Income tax paid certificate = 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statement both are deposited then only marks of balance sheet (12 marks) would be counted. Tapering down phenomenon regarding of marks shall be applied on competitive firms.

20

3. Establishment of Centre with reference to the service.

More than 05-years = 10

03-05 years = 05

01-03 years = 03

10

4. Overall reputation in reference to the service

Shall be envisaged by following criteria:-

No. of reference / certificates provided regarding performance of the service from head of the concerned institute/hospital. Reference / Certificate of the service shall be verified by the department independently.

Private Sector + Public Sector = 15

Public Sector = 10

Private Sector = 05

15

5. Product Certification

Certificates FDA/CE(MDD)/JIS

Any two certificate = 10

Any one certificate = 05 For local products ISO=10 ISO14000=05

10

6. Undertaking on judicial paper that firm is not blacklisted in any

Govt/Autonomous Body in last two years.

10

7 Brand Make and model of the product

a) Local product with 1. International market=10 2. Only Local market=08

b) Foreign Product 1.In two or more continents=10 2.In single continent=08

10

8 Copy Of valid sole agency agreement from principal manufacturer. 10

TOTAL 100

ITEMS LIST FOR THE YEAR 2016-17.

S.NO NAME OF ITEMS WITH SPECIFICATIONS Estim

ated

Rate

for

unit

Approxim

ate

Demand

2016-2017

Estimated Total

Amount

1. Acid Phosphate kit (Single step) 20*3ML 6000 If required 6000

2. Albumin kit large size 1000ML 2380 02 4760

3. Alkaline Phosphate kit Enzymatic 5741 06 34446

4. Ammonia Kit 10*5ML 5600 02 11200

5. Amylase kit Enzymatic 10030 02 20060

6. Bilirubin kit (Single step) for Auto analyzer

Size Large

2300 25 57500

7. Bilirubin kit calorimetric 500 tests Size Large 7360 04 29440

8. Calcium kit single step 1750 04 7000

9. Calibrator Normal for Chemistry Analyzer 7400 02 14800

10. Cholesterol kit Enzymatic Large Size Large

1000 ML

4500 02 9000

11. CK MB kit Size Large 11800 10 118000

12. Ck-Nac kit- Size Large 4600 20 92000

13. Control Sera (High) for Biochemistry 8500 01 8500

14. Control Sera (Low) for Biochemistry 8500 01 8500

15. Control Sera (Normal) for Biochemistry 8000 10 80000

16. Creatinine kit 6x250ml Size Large 12800 06 76800

17. Creatinine kit for Auto Analyzer Size Large 2800 08 22400

18. Distal water 10 liter- pack Local 210 400 PACK 84000

19. Dry Block Pair for Selectra XL Merck/Vital 12590 12 151080

20. Electrolytes solution pack ( Ionyte) 24000 06 144000

21. Electrolytes Standard (Ionyte) 8750 If required

22. Gamma GT 3100 If required

23. Glucose kit Enzymatic Size Largest 2200 22 48400

24. HB AIC kit 13500 06 81000

25. HDL- Cholesterol Single Step for Auto

Analyzer

11500 08 92000

26. Halogen lamp for auto analyzer LHX 64250

6V/20W

400 05 2000

27. Iron kit (Single step) 4400 03 13200

28. L.D.H kit Size Large 2150 20 43000

29. Lipase Kit Single Step 7500 If required

30. Lithium standard solution 5L for Seac

Medilines/Seac

21700 If required

31. Magnesium kit 2400 02 4800

32. Phosphorus kit 1200 04 4800

33. Protein in Urine/CSF Autoanalyser 1050 01 1050

34. Q1 Lamp 12V,20W,3380-018 Merck/Vital 4400 If required

35. Reaction Rooter Cat No 3070340 Merck/Vital 14080 12 168960

36. Service Kit for Water Pump Selectra X-L

Merck/Vital

24530 02 49060

37. SGOT kit (AST) Single step Enzymatic- Large 7600 18 136800

38. SGPT kit (ALT) Single step Enzymatic Size

Large

3800 24 91200

39. SPOTOFOLOUL Cat No 8000 9400 If required

40. Serum Sodium kit 1700 20 34000

41. Serum cup for selectra XL 1X500 400 If required

42. Reagent bottle 10 ml selectra XL If required

43. System Solution for Selectra XL 9400 38 357200

44. Serum Potassium kit 1700 20 34000

45. Total Iron Binding capacity kit (Single step) 4800 02 9600

46. Total Protein kit Size Large 2530 02 5060

47. Triglycerides kit Single Step Size Large 5545 02 11090

48. Urea kit Enzymatic calorimetric Size Large 04

49. Urea kit single step Size Large 5000 20 100000

50. Uric Acid single step Size Large 3550 02 8100

51. Vaccum Membrane Selectra X-L Merck/Vital 25080 If required

52. Valve Block Selectra X-L Merck/Vital 14500

0

If required

53. Water Filter 50-150 ml Cat No.3066-083 7420 If required

54. ACP stain 32500 If required

55. APTT kit without Calcium Chloride small size 2190 36 78840

56. Bone Marrow Aspiration Needle (Salah) 3400 20 68000

57. Bone Marrow Aspiration Needle Disposable 3400 20 68000

58. Calcium Chloride Solution for APTT Mediline 450 02 900

59. Capillary tube (Plain) Germany 155 If required

60. Capillary tube Germany Heparinized 155 If required

61. Control Standard Solution for Hematology

Analyzer

21100 If required

62. E.S.R Pipette (Waster Green method

(Germany) Glass

26 If required

63. E.S.R Stand With Clip (10 Hole) Fine quality

Heave duty

450 If required

64. Fibrinogen Degradation Product (FDP) kit 3490 If required

65. Fibrinogen kit by hock method 3490 If required

66. Field stain Solution A,B 990 If required

67. Giemsa stain Medilines/Merck 1400 02 2800

68. Hemoglobin kit 825 If required

69. Hemoglobin Pipette Glass 20 ul 225 If required

70. Iron Stain 7200 If required

71. Medonic Solution Diluent 1x20 L Boule 11800 70 826000

72. Medonic Solution Lizer 1x10 L Boule 21000 If required

73. Medonic Solution Lizer M Series 1x5 L Boule 21000 70 1470000

74. Nichiban tape different size 1 inch, 2inch If required

75. WBC Solutioun If required

76. NSA DA Stain 89900 If required

77. PAS Stain for Bone marrow 7200 01 7200

78. Prothrombin time (Thromboplastin) kit 2190 50 109500

79. Reticulocytes stain 500 ml Merck/Medilines 2900 02 5800

80. Sudan Black 6500 If required

81. Sysmex cell pack solution 9400 40 376000

82. Sysmex Stromatolyzer 1x50 ml 9000 40 36000

83. Sysmex Thermal paper 80 If required

84. Alpha Fetoprotein 96 tests Elisa kit 6450 If required

85. ANA Kit 100 Test 885 03

86. Anaerobic indicator (BR -55 )Oxide 7000 If required

87. Anti-Biotic DISCs 1x50 170 If required

88. API-10 S 21400 If required

89. API-20 E 8000 If required

90. ASOT kit 100 test 790 10 kit 7900

91. Beta HCG kit 96 tests Elisa 6450 If required

92. BHI agar- 500 gm 2990 If required

93. BHI-Broth 500 Gram 2990 If required

94. Blood Agar 500 gm 7500 01

95. Blood Agar with Gentacin 500 gm 2990 If required

96. Blood culture Bottles 25 ml 55 If required

97. Blood culture Bottles 50 ml 60 150 9000

98. Bunson Burner fine quality 1245 If required

99. Carbol Fuchsin Stain 500 ml 445 If required

100. Carbolic Acid 1400 If required

101. Cedar wood oil for microscopy 750 If required

102. Cled Agar 500 gm 2990 If required

103. CRP KIT 790 10 7900

104. Crystal Violet stain 475 If required

105. CSF cell count solution Mediline 475 If required

106. Culture Swab sterile Imported 595 1150

107. Decolorizer for ZN Stain 500 ml 400 If required

108. Decolorizer for Gram Stain 500 ml 400 If required

109. Dengue IGg 96 tests Elisa 12500 01

110. Dengue IgM 96 tests Elisa 12500 01

111. Dengue NS1 96 tests Elisa If required

112. DISC Dispenser mk 111 for 90 mm 26000 If required

113. Estrogen kit 96 tests Elisa 15000 If required

114. Ferritin kit 96 tests Elisa 17500 If required

115. Folate Kit 96 tests Elisa kit 12500 If required

116. FSH kit 96 tests Elisa 13900 If required

117. Gas Generating kit (An -025) 13000 If required

118. Gram Color (Gram stain ) complete set 2000 If required

119. Gram Iodine 750 If required

120. H. Pylori device 33 900 29700

121. HbsAg Device 1x40 350 1000x40 350000

122. HbsAg Elisa kit 96 tests 1190 If required

123. HCV 96 tests Elisa 2190 If required

124. HCV Device 1x40 664 1000x40 664000

125. Hema screen for Fecal Occult Blood

Immunostic 100 test

2150 01 2150

126. HIV 96 tests Elisa 2490 If required

127. HIV Device 678 300 203400

128. Hydrogen per oxide 750 If required

129. Malaria Device 1x40 1300 300 390000

130. Lactophenol Blue stain 1450 If required

131. LH 96 tests Kit Elisa 14995 If required

132. Litmus paper for pH check range 0-10 600 If required

133. Macconkey Agar 500 Gram 2990 If required

134. Macconkey Agar 500 Gram without Gentian

violet

2990 If required

135. Macconkey Broth 500 Gram 2990 If required

136. Dengue IgG/IgM Device 2800 If required

137. Mullar Hinton Agar 500 Gram 11100 If required

138. Mycodot device 1x40 1900 If required

139. N-Acetyl-L Cystine (NALC) 1550 If required

140. Nutrient Broth 500 gm 2990 If required

141. Oxidase reagent 11500 If required

142. Petri Dish for culture large size Pyrex 465 If required

143. Petri Dish for culture small size Pyrex 142 If required

144. Petri Dish Plastic Disp 6.5 200 1300

145. Potassium Hydroide (KOH) 1800 If required

146. Pregnancy 100 tests 3.20 1000 3200

147. Progesterone kit 96 tests Elisa 16500 If required

148. Prolactin kit 96 tests Elisa 15000 If required

149. PSA Device 100 If required

150. RA Latex100 tests 690 12 8280

151. RPR device 1X40 640 300X40 192000

152. Saboround Dextrase agar 500 gm 2990 If required

153. Safranine Stain 450 If required

154. Salmonella Enrichment Broth 500 gm 11000 If required

155. Salmonella Shigella agar 500 gm 2990 If required

156. Screw caped tube 17x120 mm 3900 If required

157. Semen Analysis Solution Mediline 850 If required

158. Stool container with spoon 25 ml

159. Sulpher powder 1100 If required

160. T3 kit 96 tests Elisa 12000 16 192000

161. T4 kit 96 tests Elisa 12000 16 192000

162. TCBS Cholera Agar 500 gm 2990 If required

163. Testosterone kit 96 tests Elisa 24700 If required

164. Trop T Elisa (Quantitative) 27995 If required

165. TSH KIT 96 tests Elisa 12000 16 192000

166. Typhi dot device( single step) 1x40 1700 40x40 68000

167. Urine Container Sterile 1x100 510 5x100 2550

168. Urine Strips 10 Para Meter 1x100 1000 05 5000

169. Urine Strips 2 Para Meter ketone 1x100 550 05 2750

170. Urine Strips 3 Para Meter 1x100

(pH,Sugar,Protein)

550 80x100 44000

171. VDRL kit 1250 If required

172. Trop T Device Roche 160 If required

173. Widal kit (O,H,A,B) 4 vial set 2600 10 26000

174. ZN STAIN (AFB complete ) set 1100 02 2200

175. Anti Human Sera 10 ML 275 60 16500

176. Anti Sera (A,B & D) 525 250 131250

177. Blood Lancet (200 pcs ) 125 100 12500

178. Bovine Albumin 175 60 10500

179. Brush –test tubes washing small 25 If required

180. Cover Glass for Counting Chamber Neuber 290 If required

181. Cover Slips 18x18 mm Germany 75 10 750

182. Disposable conical test tube 15 ml 690 If required

183. Disposable conical test tube 50 ml 1390 If required

184. EDTA Powder 1 kg 1000 05 5000

185. Glass slides 1x72 China 62 500 31000

186. Glass slides 1x72 Germany 85 200 17000

187. Micro Pippette 10 ul 1500 If required

188. Micro Pippette 100 ul 1500 If required

189. Micro Pippette 1000 ul 1500 If required

190. Micro Pippette 100-1000 ul 2500 If required

191. Micro Pippette 10-100 ul 2500 If required

192. Micro Pippette 20 ul 1500 If required

193. Micro Pippette 50 ul 1500 If required

194. Micro Pippette 5-500 ul 2500 If required

195. Neubar Chamber for cell counting Gemany 450 If required

196. Pippette Glass 0.1 ml 95 If required

197. Pippette Glass 0.2 ml 95 If required

198. Pippette Glass 0.5 ml 95 If required

199. Pippette Glass 1 ml 49 If required

200. Pippette Glass 10 ml 49 If required

201. Pippette Glass 2 ml 49 If required

202. Pippette Glass 5 ml 49 If required

203. Plastic Rack 5x10 hole tubes- top quality 500 If required

204. Screw caped glass tubes 17x120 mm 7900 If required

205. Steel Rake for test tubes 48 holes. 145 If required

206. Stop watch digital China 275 01

207. Stop watch steel with needle ( Analog) 4800 If required

208. Syringe cutter top quality 195 If required

209. Table lamp 5000 If required

210. Test tubes glass 16x150 mm China 05 500 2500

211. Test tubes glass 16x150 mm Pyrex 1X100 4900 2X100 9800

212. Test tubes glass 4 inch china 1.40 200 280

213. Test tubes glass 4 inch Pyrex 1X100 1990 If required

214. Test Tubes Plastic 4 inch with cork 1X100 290 1500 435000

215. Thermal Printing Paper Roll for Medonic 75 If required

216. Thermal Printing paper Roll for Electrolytes

machine Roche

75 If required

217. . Thermal Printing paper Roll for Sysmex 80 If required

218. Tips Blue-500-1000 ul Imported 160 10 1600

219. Tips Yellow 10-100 ul Imported 125 20 2500

220. Vaccum Tube for Blood collection 1.8 ml

(Coagulation) Ptt tes 1X100

390 130 50700

221. Vaccum Tube for Blood collection

(Coagulation PT, size 2.8 ml

1500 If required

222. Vaccum Tube for Blood Collection EDTA

(CBC) 1X100

390 1000 390000

223. Vaccum Tube for Blood Collection for BSR 390 If required

224. Vaccum Tube for Blood Collection Plain 390 If required

225. Vaccum Tube for Blood collection Plain with

Gel 1X100

390 100 39000

226. Chloride kit 2500 If required

227. ESR filler syringe type 1350 If required

228. Acetone 2.5L/Bottle 1590 50 79500

229. Eosin 500mL/ Bottle 1500 15 22500

230. Formalin 2.5L/Bottle 450 If required

231. Filter paper 190 If required

232. Giemsa 500mL/ Bottle 1200 10 12000

233. Glysrin 2.5L/Bottle 1490 03 4470

234. Haematoxylin 1L/Bottle 4500 10 45000

235. Hcl 2.5L/Bottle 1490 02 2980

236. Indian Ink 1900 If required

237. Mountant DPX 500ml(Merck) 4500 If required

238. Methanol 2.5L/Bottle 545 If required

239. Xylene 2.5L/Bottle 1590 50 79500

240. Wax 2.5L/Bottle 4200 If required

241. ER PR STAIN

242. Silver Stain

243. S- 100 Stain

244. CK Stain

245. LCA Stain

246. Cango Red

247. GMS

248. Her 2 New

249. Mucin Stain

250. PAS Already prepared 6800 If required

251. ZN Stain Already prepared 2100 If required

252. Iron Already prepared 6800 If required

253. Sudan Black Already prepared 6800 If required

254. Retic Stain 2990 01 2900

255. Van Gieson Already prepared 6800 If required

256. Methaanamin Already prepared 48900 If required

257. Alcian Blue Already prepared 19500 If required

258. PAP/PAP diastase Already prepared 6800 If required

259. Cover Slips (24x50) Germany 125 50 6250

260. Cover Slips (22x22) Germany 90 80 7200

261. Diamond Pencil 325 If required

262. Microtome Blade Disposable (Feather) 1X50 9800 20 196000

Name of Bidder:______________________

CNIC No.____________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

COST RS: 1000/-

(NON-REFUNDABLE)

TENDER FOR AWARD OF RATE CONTRACT FOR

LAB, CHEMICAL & KITS

DUE DATE: 20.06.2016

10. Name of bidder __________________________________

11. Address. __________________________________

__________________________________

12. Telephone no. __________________________________

13. Tender purchased receipt

(F-6) NO. & DATE. __________________________________

14. Deposit at call no. & date: __________________________________

15. Amount of deposit at call __________________________________

16. Name of bank and branch __________________________________

17. Sales tax regd. No. _______________N.T.N. NO. _________________

18. Fax No. __________________________________

Certified that the terms of the tender noted carefully, in case of award of rate contract,

our firm shall comply with terms and conditions.

Signature of bidder. __________________

Date:______________________________

Stamp: _____________________________

Rate contract

for

Orthopaedic Implants

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Orthopedic Implants during Financial Year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016 till 10:00 AM

Receiving Date & Time 20-06-2016 till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm _____________________________________________

Name of authorized representative _________________________________________

I.D Card No. (CNIC) _________________________________________

Registration No. with Sales Tax Department ______________________________________

Income Tax No. (NTN) _________________________________________

Call Deposit Receipt No. & Date _________________________________________

Complete Address _________________________________________

_________________________________________

Lahore Office Phone, Cell and Fax No. _________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case

of submission of false statement by the firm, the department reserves the right to take any

punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomy

Institution. In case of any over pricing firm shall be bound to refund the excess charged amount

to the Institution. The firm also confirm to abide by all the terms and conditions laid down in

the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves

the right to take any punitive action including forfeiture of security, under the rules.

PROF.DR. MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Terms & Conditions for the Purchase of Orthopedic Implants during Financial Year 2016-17

88. Two Envelope sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Ortho Implant having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social

Security Hospital, Multan Road Lahore.

89. All the procurement procedures will be done strictly according to the PPRA, 2014.

90. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

91. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

92. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

93. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

94. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

95. The rates should be quoted both in words as well as in figures.

96. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

97. Validity Period of contract shall be up to 30-06-2017, which is extendable.

98. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

99. No offer will be considered if it:

xxii. is received after the date and time fixed for its receipt. xxiii. is unsigned xxiv. is conditional xxv. is given by the firm black listed, suspended or removed from the approved list of the

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

xxvi. is received with validity period shorter than that required in the tender inquiry. xxvii. does not confirm to the general conditions of the tender inquiry. xxviii. is received without earnest money as specified in the tender.

100. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

101. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

102. The firm shall supply all Ortho Implant as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency. “ NOT FOR SALE PESSI PROPERTY”

103. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

104. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

105. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

106. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

107. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

108. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

109. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

110. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

111. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

112. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

113. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

114. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

115. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

116. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROFESSOR DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR ORTHO AMPLANT PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

25. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

26. Financial Soundness of the firm

x. Income tax paid certificate 08

xi. Balance Sheet 12

xii. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

27. Establishment of company/firm with reference to the

Services.

x. More than 05-years 10

xi. 03-05 years 05

xii. 01-03 years 03

10

28. Overall reputation Certificate in reference to the

Services

x. Private Sector + Public Sector 10

xi. Public Sector 05

xii. Private Sector 05

10

29. Product Certification

a) Certificates FDA/CE(MDD)/JIS

vii. Any two Certificate 10

viii. Any one Certificate 05

b) For local products

vii. ISO 10

viii. ISO14000 05

10

Note:

Acceptable Bids must score minimum of 65% marks.

30. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

vii. International market 10

viii. only local market 08 b) Foreign product

vii. In two or more continents 10

viii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Agent capacity to provide technical service in

reference to the implants

a) Warranty of the implants

vii. 01-Years 05

viii. 02- Years 10 Local Distributor/Principal shall clearly define which implant is

replaceable under warranty.

10

TOTAL

100

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF ORTHOPEDIC IMPLANTS FOR THE YEAR 2016-17

Sr. No

NAME OF ITEMS WITH SPECIFICATION

Estimated Demand

Estimate

d Price

Total

1. 1/3 TUBULAR PLATE 3.5MM.

4 H

5”

6”

7”

05

05

05

05

150

150

170

180

750

750

850

900

2. A WIRE + K WIRE

(All Type)

200 25 5000

3. AEROPLANIC SPLINT If Required - -

4. AUSTIN MOORE HIP PROSTHESIS

(standard stem/narrow stem) size 38 to 52mm

Sterilized

Non sterilized

40

2800

112000

5. BIPOLAR HIP PROSTHESIS.

With bone cement Full Range (Imported)

04 53000 212000

6. BONE CEMENT (radio opaque standard

viscosity powder plus

Sterile liquid of methylment hacrylate

(simple)

If Required - -

7. BONE CEMENT WITH GENTAMYCIN 10 3500 35000

8. BONE CEMENT SIMPLE If Required - -

9. BONE STAPLES SET OF THREE If Required - -

10. Bone substitute If Required - -

11. Bone wax If Required

12. BRAUN’S EXTENSION SPLINT If Required - -

13. CALIBRATED GUIDE WIRE If Required - -

14. CANCELEOUS BONE SCREWS 4.5 mm dia,

32 mm thread with washers length up to 110

mm

If Required - -

15. CANCELEOUS BONE SCREWS 4mm dia,

length up to 50 mm (Fully threaded)

If Required - -

16. CANCELEOUS BONE SCREWS 4mm dia,

length up to 50 mm (Half threaded)

If Required - -

17. CANCELEOUS SCREWS FULLY

THREADED (HALF THREADED) 3.5mm,

10-600mm

If Required - -

CANCELLOUS BONE SCREWS

6.5 mm dia length up to 110mm

Fully threaded) and 32 mm and 16mm

threaded

100 110 11000

18. Cannulated Dril Bit

i. 2.7mm-

ii. 3.2mm

iii. 3.5mm

iv. 6.5mm

If Required - -

19. Cannulated screw

3mm dia length up to 110mm.

i. 3.5mm“ “ “ “ “ “ “ “ “ “.

ii. 4.0“ “ “ “ “ “ “ “ “ “.

iii. 6.5 mm “ “ “ “ “ “ “ “ “ “

iv. 7.0mm “ “ “ “ “ “ “ “ “ “.

If Required - -

20. Dril Bit with Diamond Tip If Required - -

21. CERVICAL SPINE PLATE. If Required - -

22. CHARNELY COMPRESSION CLAMP If Required - -

23. CONDYLAR BLADE PLATE 90

DEGREES.

5 H X 50mm

“ 60mm

“ 70mm

‘’ 80mm

7H x 50mm

60mm

70mm

80mm

9H x 50mm

60mm

70mm

80mm

12H x 50mm

60mm

70mm

80mm

14 H x 50mm

60mm

70mm

80mm

16 H x 50mm

60mm

70mm

80mm

18 H x 50mm

60mm

70mm

80mm

If Required - -

24. CORTICAL BONE SCREW 3.5 mm dia length

up to 60mm.

800 40 32000

25. CORTICAL BONE SCREWS 2.5 mm dia

length up to 40mm.

If Required - -

26. CORTICAL BONE SCREWS 4.5 mm dia

length up to 70mm

1200 40 48000

27. CORTRICAL BONE SCREWS 2 mm dia

length

4-16mm.

If Required - -

28. Malleolar screw 4.5 mm length 16mm up to 70

mm

If Required - -

29. CRAMER WIRE SPLINT If Required - -

30. D.C.P BROAD 4.5 MM.

6 H

7

8”

9”

10”

11”

12”

14”

If Required 10 If Required If Required If Required If Required If Required

- 300 - - - -

- 3000 - - - -

31. D.C.P NARROW 4.5.

6 H

7”

8”

9”

10”

11”

12”

05

05

30

10

05

05

05

215

240

275

300

325

350

350

1075

1200

8250

3000

1625

1750

1750

32. D.C.S 95 DEGREE (COMPLETE SET)

4 H

5”

6”

8”

10”

12”

14”

05 05

05 05 05 05 05

1500 1500 1500 1600 1600 1600 1600

7500 7500 7500 8000 8000 8000 8000

33. D.H.S 135 DEGREE (COMPLETE SET).

4 H

5 “

6”

7”

8”

9”

10”

12”

80

20

10

05

10

05

10

10

1500

1500

1500

1500

1600

1600

1700

1700

120000

30000

15000

7500

16000

8000

17000

17000

34. DENHIM PIN If Required - -

35. DRILL BIT

1.5mm

2.7mm,

3.2mm,

3.5mm,

4.5mm,

5mm,

6.5mm.

If Required

20

40

If Required

If Required

If Required

If Required

-

140

140

-

-

-

-

-

2800

5600

-

-

-

-

36. ENDER NAILS If Required - -

37. EXTERNAL FIXATOR

Compression distraction

If Required - -

38. EXTERNAL FIXATOR double rod with 06

schanz screw (Imported)

10 12900 129000

39. EXTERNAL FIXATOR double rod with 6

local schanz screw.

i. For – Tibia/Femur

ii. For – Radius/Ulna

10 10

1785 1785

17850 17850

40. EXTERNAL FIXATOR T CLAMP

If Required - -

41. FIXATOR INTERNI (complete set) If Required - -

42. GIGGLY SAW 50 45 2250

43. GUIDE WIRE FOR D.H.S 80 60 4800

44. Herbert’s screw (imported) If Required - -

45. HUMERUS SIMPLE NAIL If Required - -

46. I/M nailing for children with complete set

(flexible)

If Required - -

47. Inter frontal screws If Required - -

48. INTER LOCKING NAIL FOR HUMERUS

(compete set)

Reamed

Un reamed

10

2999

29990

49. INTER LOCKING NAIL FOR TIBIA.

(Complete set)

Reamed

Un reamed

30

2699

80970

50. INTERLOCKING NAIL FOR FEMUR

(Complete set)

Reamed

Un reamed

30

2699

80970

51. Proximal Femoral Nail If Required - -

52. Reconstruction Nail If Required - -

53. Fixator for Pelvic If Required - -

54. KIRSCHNER NAIL (I/M NAIL FOR

FEMUR)

6 to 9 mm dia and length 14 to 40 cm

10 to 14 mm dia and length 14 to 40 cm

If Required - -

55. KIRSCHNER NAIL (I/M NAIL FOR TIBIA)

6mm dia and length 18 to 34 cm

10 to 14 mm dia and length 14 to 40 cm

If Required - -

56. KNOWLE’ S PIN If Required - -

57. L BUTTRESS PLATE.

4, 6 H

8, 10 H

If Required - -

58. L C D C plates 4.5

6 H

8 “

9 “

10 “

If Required - -

59. L C D C plates.

Small fragment

6 H

7 “

6 “

If Required - -

60. LCP Locking Compression Plate with locking

screw (Complete Set)

i. Proximal femmur plate

ii. Distal Femur plate

iii. Proximal tibia plate

iv. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

v. Clavical plate

vi. Pelvis plate

vii. Anicle / calcanious

viii. Narrow plate 4.5mm

ix. Broad plate 4.5 mm

x. DHS Plate 4.5mm

10 10 10 If Required

If Required If Required If Required 10 If Required If Required If Required If Required If Required If Required If Required If Required If Required

9000 10000 11000 - - - - 10000 - - - - - - - - -

90000 100000 110000 - - - - 100000 - - - - - - - - -

61. MINI FRAGMENT PLATE.

4”

5”

6”

If Required

- -

62. MOSS MIAMI set with two screws outer &

inner.

Optional accessories

a. Transverse connector

b. Pedicle hook

c. Laminar hook

d. Laminar hook angled

e. Laminar hook narrow

f. Laminar hook wide

g. Angled supra laminar right

h. Angled supra laminar left

i. External body laminar hook

j. Off set body hook

k. Inner

l. Outer

m. Washer

If Required - -

63. N-A FIXATOR with shanz screws

Small

Medium

Large

05

1785

8925

64. ORTHO FIX (external fixator)

Small

Medium

Large

05 05 05

1490 1490 6365

7450 7450 31825

65. PERTROCHANTERIC BLADE PLATE 95

DEGREE.

BLADE LENGTH

50,60,70,80,90,95,100,105, 110MM

PLATE LENGTH 4, 6, 9, 12 HOLE

If Required - -

66. RECON NAIL SYSTEM (IMPORTED) for

Femur.

If Required - -

67. RECONSTRUCTION PLATES (Y

PLATES)

6 H

8 “

12 “

14”

If Required - -

68. RETROGRADE INTERLOCKING NAIL

FOR FEMUR (Complete set)

If Required - -

69. Revision knee 02 235000 470000

70. Revision Knee with Augmentation Blocks 01 624500 624500

71. RING FIXATOR full ring+ attachments

(made up of two half rings)

Dia 130mm

“ 140mm

“ 150mm

“ 160mm

“ 170mm

“ 180mm

05 05 05 05 05 05

1500 1500 1500 1500 1500 1500

7500 7500 7500 7500 7500 7500

72. RUSH NAIL (ALL SIZES) If Required - -

73. SEMI TUBULAR PLATE 3.5MM.

5 H

6”

7”

8”

10”

If Required - -

74. SHANZ SCREWS

2MM

4MM

6.5MM

If Required - -

75. Shoulder hemiarthroplasty. If Required - -

76. SMALL “T”PLATE3.5MM.

3 H

4”

5”

6”

8”

05

05

05

05

05

150

150

200

200

200

750

750

1000

1000

1000

77. SMALL DCP Plate 3.5MM.

5H

6”

7”

8”

10”

15

15

15

15

15

150

150

200

200

250

2250

2250

3000

3000

3750

78. SPOON PLATE.

5 H

6”

8”

If Required - -

79. STANDARD “T” PLATE 4.5MM.

3 H

05

300

1500

4”

5”

6”

8”

10”

12”

05

05

05

05

05

05

300

325

325

350

350

350

1500

1625

1625

1750

1750

1750

80. STEIN-MAN PIN 30 50 150

81. SUTURE WIRE (16 TO 22 SWG)

CIRCLAGE WIRE

If Required - -

82. THOMAS SPLINT 05 1150 5750

83. THOMPSON HEMIARTHROPLASTY

PROSTHESIS 38-55mm with one bone

cement

If Required - -

84. Total Flex knee joints 10 209400 209400

85. TOTAL HIP REPLACEMENT

(MODULAR TYPE) with two packets of bone

cement with gentamycin and cement plug.

03 53000 159000

86. TOTAL HIP REPLACEMENT CEMENT-

LESS

06 125000 750000

87. Revision of Hip joint cemented and femoral

long stem

01 175000 175000

88. Revision of Hip joint (Non-cemented) If Required - -

89. TOTAL KNEE JOINTS (completer set)

Femoral component- one

Tibia component -one

Articulating surface- one

Patellar button -one

Bone cement – 2 Pack with Gentamycin

04 134000 536000

90. Total Shoulder Replacement If Required - -

91. Uni compartment Knee If Required - -

92. Veterbroplasty cement If Required - -

93. WASHER FOR CANCELLOUS SCREWS 100 20 2000

94. Vertebral body cages If Required - -

95. Ace tabular cages for Hip (T.H.R) If Required - -

96. Drill bit (Imported) All Sizes 40 2500 100000

97. Trocrochinaric Screw If Required - -

Titanium implants

1. Broad D.C.P

8 Hole

9 “

10”

05

05

05

1000

1000

1200

5000

5000

6000 2. D.C.S Complete set

If Required - - 3. D.H.S Complete set

If Required - -

4. I/M Nail (Interlock with complete set)

Tibia

Femur

Humurs

If Required - -

5. Narrow D.C.P

8 Hole to 12 Hole

9 “ “

10 “ ”

12 ” “

05

05

05

05

-

850

1000

1000

1200

-

4250

5000

5000

6000 6. Small D.C.P

6 Hole

7 “

8 “

05

05

05

500

600

700

2500

3000

3500 7. TITANIUM SCREWS

3.5mm

4.5 mm

If Required - -

8. LCP Locking Compression Plate with locking

screw (Complete Set)

i. Proximal femmur plate

ii. Distal Femur plate

iii. Proximal tibia plate

iv. locking plate 3.5, 4.5mm

(Distal Radius)

5- Distal medial tibial plate

6- Distal lateral tibial plate

7- Olecrinon plate

8- Proximal humerus plate(philos)

9- Distal lateral humeral plate

10-Distalmedial humeral plate

v. Clavical plate

vi. Pelvis plate

vii. Anicle / calcanious

viii. Narrow plate 4.5mm

ix. Broad plate 4.5 mm

x. DHS Plate 4.5mm

10 10 10 If Required

If Required If Required If Required 10 If Required If Required If Required If Required If Required If Required If Required If Required If Required

9000 10000 11000 - - - - 10000 - - - - - - - - -

90000 100000 110000 - - - - 100000 - - - - - - - - -

Plate & screws for fractures mandible and other facial bones

MICRO PLATE&SCREW 1.2mm

Sr.

No

NAME OF ITEMS WITH SPECIFICATION

Estimated Demand

Estimated

Price

Total

1. Micro plates titanium 1.2mm x24 Hole 05 - -

2. Titanium screw 1.2mm x(5,8,9)mm 140 350 49000

3. Drill Bit 1.0 mm 04 325 1300

4. Micro plate titanium 1.2mm x (L) If Required - -

5. Micro plate titanium 1.2mm x (T) If Required - -

6. Micro plate titanium 1.2mm x (Y) If Required - -

7. Micro plate titanium 1.2mm x (X) If Required - -

8. Orbital Micro plate titanium 1.6 x10 Hole 10 8000 80000

9. Orbital Micro plate titanium 1.5 x16 Hole 10 2500 25000

10. Micro plate titanium 1.6 x 05 Hole 10 1500 15000

11. Micro plate titanium 1.6mm x16 Hole 05 4000 20000

12. Titanium mesh 1.6 mmx(12x6)cmx0.3mm If Required - -

13. Titanium mesh 1.6 mmx(12x6)cmx0.6mm If Required - -

14. Titanium mesh 1.6 mm(For orbital floor) 05 -

15. Micro plate titanium 1.6mmx(L,T,Y) 15 - -

16. Titanium Screw 1.6mm x(5,6)mm 300 275 82500

17. Drill Bit 1.3mm 10 350 3500

MINI PLATE & SCREW 2.0mm

18. Mini plate titanium 1.5 mm x 10 Hole 12 6000 72000

19. Mini plate titanium 2.0mm x 20 Hole 10 5000 50000

20. ‘L’’ Shape Mini plate titanium 2.0mm 02 2500 5000

21. ‘T’’ Shape Mini plate titanium 2.0mm 02 2500 5000

22. ‘Y’’ Shape Mini plate titanium 2.0mm 03 2500 7500

23. ‘X’’ Shape Mini plate titanium 2.0mm 03 2500 7500

24. Chin plate titanium 2.0mm x 4 Hole If Required - -

25. Mini Screw 11mm 50 275 13750

26. Mini Screw 9mm 50 275 13750

27. Mini Screw 7mm 60 275 16500

28. Mini Screw 5mm 50 275 13750

29. titanium screw 2.0 x 7mm 150 275 41250

30. titanium screw 2.0 x (5.5 to 15)mm 100 275 27500

31. Emergency screw 2.3 mm x7mm 25 300 7500

32. Drill Bit 1.5mm 05 325 1625

33. Surgical Burz Round 05 1000 5000

34. Surgical Burz Fisher 05 1000 5000

35. Surgical Burz FLAM 25 1000 25000

36. Arch Bar 30 500 15000

37. Dental Wire 0.45mm 10 500 5000

38. Recon plate angle 2.7mm (Imported) If Required - -

39. Recon plate (full jaw) 2.7mm (Imported) If Required - -

40. titanium screw 2.7mm (10 ,12,14)mm If Required - -

41. Drill Bit 2.0mm 05 2500 1000

42. Recon plate angle(Locking) 2.7mm

(Imported)

If Required - -

43. Recon plate 2.7mm Locking)(Imported) If Required - -

44. Bone Substitute granule 10cc 05 - -

45. Bone Substitute granule 20cc 05 - -

46. Nanogel Injectable 5.0 cc (Paste Form) If Required - -

47. Odoncer Injectable 0.5 cc If Required - -

48. Intra oral distractor 2 plate with screw, If Required - -

49. Flaxib rod Distractor If Required - -

50. T-Handle Key for Distractor If Required - -

51. Micro Screw

5mm

6mm

7mm

9mm

30

30

30

30

600

600

600

600

18000

18000

18000

18000

52. Drill Bit If Required - -

BIORESORABLE PLATE & SCREW 2.0mm

53. Bio Absorble plate ‘L’ Shape 2.0 mm If Required - -

54. Bio Absorble plate Orbital 2.0 mm If Required - -

55. Bio Absorble Scre2.0 mm x 6.0 mm If Required - -

56. Bio Absorble Screw 2.0 mm x 8.0 mm If Required - -

CONDYLAR IMPLANT

57. Condylar Implants with plate + 6 Screw If Required - -

58. 3D Mini Plate 10 6000 60000

59. 3D Mini Plate 50 400 20000

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

65. Receipt

66. Copy of National Identity Card

67. Call deposit Receipt

68. Suppliers Authorization Letter

69. Price Reasonability Certificate

70. Price list (duly attested)

71. Sole Proprietary Certificate in case of items of Propriety nature.

72. Letter of Authorization from the manufacture / foreign Principal

73. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

74. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

75. Certificate of National Tax Number

76. Samples of quoted item

77. Technical bid (separate envelope)

78. Financial bid (separate envelope )

79. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

80. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Rate contract

for

Surgical Sutures

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Surgical Suture during Financial Year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016 till 10:00 AM

Receiving Date & Time 20-06-2016 till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm _____________________________________________

Name of authorized representative _________________________________________

I.D Card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department ______________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. _________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100) We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case

of submission of false statement by the firm, the department reserves the right to take any

punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomy

Institution. In case of any over pricing firm shall be bound to refund the excess charged amount

to the Institution. The firm also confirm to abide by all the terms and conditions laid down in

the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves

the right to take any punitive action including forfeiture of security, under the rules.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Terms & Conditions for the Purchase of Surgical Suture during Financial Year 2016-17

117. Two Envelope sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Surgical Suture having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

118. All the procurement procedures will be done strictly according to the PPRA, 2014.

119. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

120. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

121. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

122. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

123. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

124. The rates should be quoted both in words as well as in figures.

125. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

126. Validity Period of contract shall be up to 30-06-2017, which is extendable.

127. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

128. No offer will be considered if it:

xxix. is received after the date and time fixed for its receipt. xxx. is unsigned xxxi. is conditional xxxii. is given by the firm black listed, suspended or removed from the approved list of the

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

xxxiii. is received with validity period shorter than that required in the tender inquiry. xxxiv. does not confirm to the general conditions of the tender inquiry. xxxv. is received without earnest money as specified in the tender.

129. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with any overwriting shall in no circumstances be accepted.

130. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will

replace the unconsumed expired stores without any further charges.

131. The firm shall supply all Surgical Suture as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, each piece, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency.” NOT FOR SALE PESSI PROPERTY”

132. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

133. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

134. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

135. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

136. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

137. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

138. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

139. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

140. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

141. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

142. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

143. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

144. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

145. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR SURGICAL SUTURE

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS

31. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

32. Financial Soundness of the firm

xiii. Income tax paid certificate 08

xiv. Balance Sheet 12

xv. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

33. Establishment of company/firm with reference to the

Services.

xiii. More than 05-years 10

xiv. 03-05 years 05

xv. 01-03 years 03

10

34. Overall reputation Certificate in reference to the

Services

xiii. Private Sector + Public Sector 10

xiv. Public Sector 05

xv. Private Sector 05

10

35. Product Certification

a) Certificates FDA/CE(MDD)/JIS

ix. Any two Certificate 10

x. Any one Certificate 05 b) For local products

ix. ISO 10

x. ISO14000 05

10

Note: Acceptable Bids must score minimum of 65% marks.

36. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

ix. International market 10

x. only local market 08 b) Foreign product

ix. In two or more continents 10

x. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Length of Registration of Products with

Ministry of Health.

ix. 1-5 Years 04

x. 6-10 Years 08

xi. More Than 10 Years 10

10

TOTAL

100

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE. LIST OF ITEMS FOR SURGICAL SUTURES

2016-17.

SR,NO. NAME OF ITEMS WITH SPECIFICATION. Estimated Demand

Estimated

Price

Total

1) Chromic catgut no. (0) 30mm R.B If required -- --

2) Chromic catgut no. (0) 40mm R.B 80x12 630/12 50400

3) Chromic catgut no. (1) 30mm R.B ½ circle needle If required -- --

4) Chromic catgut no. (1) 40mm R.B 480x12 749/12 359520

5) Chromic catgut no. (2) 40mm R.B ½ circle 280x12 950/12 266000

6) Chromic catgut no. (2/0) 20mm R.B 24x12 693/12 16632

7) Chromic catgut no. (2/0) 30mm R.B If required -- --

8) Chromic catgut no. (3/0) 20mm R.B If required -- --

9) Chromic catgut no. (3/0) 30mm R.B 25x12 630/12 15750

10) Chromic catgut no. (3/0) 25mm R.B If required -- --

11) Chromic catgut no. (4/0) 20mm cutting small needle If required -- --

12) Chromic catgut no. (4/0) 20mm R.B curved 8x12 693/12 5544

13) Ethibond (0) 40mm ½ circle R.B. If required -- --

14) Ethibond (1) 40mm ½ circle R.B If required -- --

15) Ethibond (2/0) 17mm taper cut. If required -- --

16) Ethibond (2/0) 25mm round body. If required -- --

17) Ethibond (10/0). If required -- --

18) Ethibond (3/0) 25mm If required -- --

19) Ethibond (4/0) 25 mm R.B If required -- --

20) Ethibond (5/0) with spatula needle If required -- --

21) Liga clip applicator medium/large LS 300 If required -- --

22) Liga clip applicator large LS 400 If required -- --

23) Liga clip medium/large LS 300 300 350 105000

24) Liga clip large LS 400 If required -- --

25) Ethilon (10/0). 40x12 4800/12 192000

26) Polydioxanone (0) 25mm R.B curved. If required -- --

27) Polydioxanone (0) 40mm R.B curved needle. If required -- --

28) Polydioxanone (1) R.B If required -- --

29) Polydioxanone (3/0) 30mm R.B curved. If required -- --

30) Polydioxanone (4/0) 20mm R.B ½ circle. 20x12 2734/12 54680

31) Polydioxanone (5/0) ½ circle. 15x12 2365/12 35475

32) Polyglycolic Acid no. (0) 30mm.R B. If required -- --

33) Polyglycolic Acid no. (0) 40mm R.B 35x12 1700/12 59500

34) Polyglycolic Acid no. (1) 40mm R.B. 5000-pice 180/-each 900000

35) Polyglycolic Acid no. (1) 30mm R.B. If required -- --

36) Polyglycolic Acid no. (2) 40/45mm R.B. 150x12 2300/12 345000

37) Polyglycolic Acid no. (2/0) 30mm R.B 110x12 -- --

38) Polyglycolic Acid no. (3/0) 40mm R.B. 1320-pice 165/- each 217800

39) Polyglycolic Acid no. (3/0) 30mm R.B 50x12 1400/12 70000

40) Polyglycolic Acid 4/0 R,B 15x12 1400/12 21000

41) Polyglycolic Acid 5/0. If required -- --

42) Polyglycolic Acid 6/0. Spatula needle 6x12 7800/12 46800

43) Propylene no. (0) 40mm R.B 15x12 1627/12 24405

44) Propylene no. (1) 40mm R.B. 50x12 1350/12 67500

45) Propylene (2/0) 25mm R.B. 65x12 1450/12 94250

46) Propylene no. (2/0) 30mm R.B ½ circle double needle. If required -- --

47) Propylene no. (2/0) 60mm straight needle. 260x12 2988/12 777053

48) Propylene (3/0) 20mm R.B. 20x12 1490/12 29800

49) Propylene (3/0) 35mm R.B If required -- --

50) Propylene no. (3/0) 16mm R.B. If required -- --

51) Propylene no. (3/0) 60mm straight needle. 20x12 1450/12 29000

52) Propylene (4/0) 16mm curved cutting needle. If required -- --

53) Propylene (4/0) 16mm / 20mm R.B. 15x12 1695/12 25425

54) Propylene (5/0) 16mm R.B. 5x12 1950/12 9750

55) Propylene no. (5/0) 13mm R.B. If required -- --

56) Propylene no. (5/0) Curved Needle. If required -- --

57) Propylene (6/0) 8mm speculated needle If required -- --

58) Propylene (6/0) Double Needle. 20x12 2400/12 48000

59) Propylene (6/0) 13mm R.B. If required -- --

60) Polyglycolic Acid Rapid (2/0) 35mm If required -- --

61) Polyglycolic Acid Rapid (3/0) 35mm If required -- --

62) Poly Propylene mesh large 30x30cm 10 7090 70900

63) Poly Propylene mesh medium 15x15cm 20 2990 59800

64) Poly Propylene mesh small 6x11cm 200 2195 439000

65) Propylene tension suturing size 1, 90 mm cutting. 2x12 4000/12 8000

66) Black silk no. 0 Straight Cutting.60mm 250x12 500/12 125000

67) Black silk no. 3/0 Cutting Needle If Required -- --

68) Silk free tie (0). If Required -- --

69) Silk free tie (1). If Required -- --

70) Silk free tie (2/0). If Required -- --

71) Silk no. (1) 30mm R.B. 80x12 430/12 34400

72) Silk no. (1) 60mm curved cutting. If Required -- --

73) Silk no. (1) 60mm St. cutting. If Required -- --

74) Silk no. (2/0) 16mm curved cutting. If Required -- --

75) Silk no. (2/0) 25mm curved cutting. If Required -- --

76) Silk no. (2/0) 30mm ½ circle. R.B 20x12 600/12 12000

77) Silk no. (2/0) 60mm curved cutting. If Required -- --

78) Silk no. (2/0) straight.60mm 18x12 1012/12 18216

79) Silk no. (3/0) R.B ½ circle. 20x12 430/12 8600

80) Silk no. (3/0) 19mm curved reverse cutting needle. If Required -- --

81) Silk no. (3/0) 25mm curved cutting. If Required -- --

82) Silk no. (3/0) 30mm R.B ½ circle. If Required -- --

83) Silk no. (4/0) ½ circle R.B. 20x12 430/12 8600

84) Silk no. (4/0) 16mm curved cutting. If Required -- --

85) Silk no. (4/0) 25mm curved cutting. If Required -- --

86) Silk no. (4/0) 30mm curved cutting. If Required -- --

87) Silk no. (4/0) 30mm R.B ½ circle. If Required -- --

88) Silk No.(5/0) cutting If Required -- --

89) Silk No.(5/0) R.B If Required -- --

90) Silk No. (5/0) Curved Needle. If Required -- --

91) Silk No. (6/0) Curved Needle. If Required -- --

92) Skin staples. 400 400 160000

93) Surge cell. 5x7cm, 10x20cm If required -- --

94) Surge cell 10cm * 20cm. If required -- --

95) 0.

96)

Polyglycolic 6/0 Spatula Needle. If required -- --

97) Proceed Surgical Mesh. If required -- --

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

81. Receipt

82. Copy of National Identity Card

83. Call deposit Receipt

84. Suppliers Authorization Letter

85. Price Reasonability Certificate

86. Price list (duly attested)

87. Sole Proprietary Certificate in case of items of Propriety nature.

88. Letter of Authorization from the manufacture / foreign Principal

89. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

90. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

91. Certificate of National Tax Number

92. Samples of quoted item

93. Technical bid (separate envelope)

94. Financial bid (separate envelope )

95. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

96. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Rate contract

for

Hearing Aids

and

Intraocular Lenses

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Tender Form for the Purchase of Hearing Aid and I.O.L during Financial Year 2016-17

Tender Fee Rs.1000/- (Non-Refundable)

Last Date of Issuance 20-06-2016 till 10:00 AM

Receiving Date & Time 20-06-2016 till 11:00 AM

Opening Date & Time 20-06-2016. till 12:00 PM

Venue Conference Room, Nawaz Sharif Social Security Hospital,

Lahore.

Bid Security The bids shall accompany 3% Bid Security of the estimated price

in the form of CDR/Bank Draft.

BIODATA OF THE PARTICIPANT Name of Firm _____________________________________________

Name of authorized representative ____________________________________________

I.D Card No. (CNIC) _____________________________________________

Registration No. with Sales Tax Department ____________________________________

Income Tax No. (NTN) _____________________________________________

Call Deposit Receipt No. & Date _____________________________________________

Complete Address _____________________________________________

_____________________________________________

Lahore Office Phone, Cell and Fax No. __________________________________________

CERTIFICATE (MUST BE PROVIDED ON STAMP PAPER RS.100)

We M/s, ________________________________________________ are not

suspended/black listed/defaulter of any Government/Autonomy Institution at any time. In case

of submission of false statement by the firm, the department reserves the right to take any

punitive action including forfeiture of security, under the rules.

Moreover we also confirm that the prices quoted in Nawaz Sharif Social Security

Hospital, Lahore are not more than the prices quoted in other Government/Autonomy

Institution. In case of any over pricing firm shall be bound to refund the excess charged amount

to the Institution. The firm also confirm to abide by all the terms and conditions laid down in

the Tender inquiry, in case of any violation of any terms and conditions, the Hospital reserves

the right to take any punitive action including forfeiture of security, under the rules.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

Terms & Conditions for the Purchase of Hearing Aid and I.O.L during Financial Year 2016-17

1. Two Envelop sealed offers as per PPRA are invited from all original manufacturers/authorized sole agents of foreign principals in Pakistan for supply of Hearing Aid and I.O.L having well repute for the supply of stores as scheduled in this invitation for bid. Tender should be sent in the name of the Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road Lahore.

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

3. The participating firms must submit their Technical Proposal in the following manners.

Item No.

Name of Item

Brand Name

Cat No Manufacturer Country of Origin

Pack Size

4. The participating firms must submit their Financial Proposal in the following manner.

Item No. Name of Item

Cat No Pack Size

Offered Price / Pack Unit Price

5. Single stage / two envelopes bidding procedure shall be adopted. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters. The envelopes shall then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. Bids shall remain valid for a period of Six (06) months 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. Bid validity period is extendable equal to the period of the original bid validity.

7. The rates should be quoted on FOR basis, to Nawaz Sharif Social Security Hospital, Multan Road, Lahore.

8. The rates should be quoted both in words as well as in figures.

9. Clarification of bids: No bidder shall be allowed to alter or modify his bid after the bids have been opened. However the procuring agency may seek and accept clarifications to the bid that do not change the substance of the bid.

10. Validity Period of contract shall be up to 30-06-2017, which is extendable.

11. Evaluation of Suppliers and Contractors: The suppliers or contractors shall provide information concerning their professional, technical, financial, legal or managerial capabilities.

12. No offer will be considered if it:

xxxvi. is received after the date and time fixed for its receipt. xxxvii. is unsigned xxxviii. is conditional xxxix. is given by the firm black listed, suspended or removed from the approved list of the

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

xl. is received with validity period shorter than that required in the tender inquiry. xli. does not confirm to the general conditions of the tender inquiry. xlii. is received without earnest money as specified in the tender.

13. Any erasing / cutting/ crossing etc. appearing in the offer must be properly signed by the person signing the tender. All pages of the Tender must be properly singed at the bottom. Offers with

any overwriting shall in no circumstances be accepted.

14. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bid / substandard / spurious / misbranded / expired. Moreover, it will replace the unconsumed expired stores without any further charges.

15. The firm shall supply all Hearing Aid and I.O.L as far as possible as per tender requirement in special packing. The following wording shall be printed in bold letters, both in Urdu & English in Red indelible ink on each carton, pack, bottle, etc. in case of imported items (or small quantity), the mentioned condition may be relaxed by the Procuring Agency. “ NOT FOR SALE PESSI PROPERTY”

16. The conditions of the contract shall be in accordance with Revised Punjab Procurement Rules (PPRA) 2014, as amended up-to-date as well as the Institution’s other conditions as given hereafter.

17. The supplier firm shall ensure safe delivery at the consignee’s end and inspection will be carried out at final destination.

18. Supplier should note that if the stores inspected are rejected, by the Inspection Committee in the presence of supplier’s representative it will be concluded that the rejection is justified in terms & conditions of contract.

19. If the supplier fails to execute the order according to the terms and conditions, the institution may take any punitive action including forfeiture of performance security and black listing of the firm.

20. The supplies shall be delivered within 30 days w.e.f the next date after the date of issue of purchase order (without penalty).

21. In case of late delivery of goods beyond the periods specified, penalty 0.5% per week of the cost of late delivered supply shall be imposed upon the supplier.

22. If the suppler failed to supply the order item(s) within the prescribed delivery schedule or supplied substandard items and failed to replace it with the standard one, risk purchase will be made and price difference / extra amount will be recovered either from the deposited securities / bills of the supplier.

23. If the Supplier fails to supply the whole consignment, the entire amount of Performance Guarantee / Security (10% of whole order) shall be forfeited to the Hospital account and the firm shall be blacklisted minimum for two years for future participation.

24. Arbitration and Resolution of Disputes: In case of any dispute, concerning the interpretation and/or application of this contract shall be settled through arbitration. The Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore or his nominee shall act as sole ARBITRATOR. The decision take and / or award made by the sole arbitrator shall be final and binding on the parties.

25. The contractor will have to ensure the availability of sufficient stock of contracted items at his store for immediate supply.

26. Income Tax / Sales Tax / Excise duty will be levied according to the Government rules.

27. Payment of the bills will be made subject to approval of store / supply by the authorized Inspection Committee of Nawaz Sharif Social Security Hospital Multan Road, Lahore. After conducting the successful inspection.

28. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

a. The Medical Superintendent, Nawaz Sharif Social Security Hospital, Multan Road, Lahore may reject all bids or proposals at any time prior to acceptance of bid or proposal.

b. The Medical Superintendent shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

29. In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore shall be final.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

Name of the Firm: _______________ MEDICAL SUPERINTENDENT

Signature: _______________ Nawaz Sharif Social Security Hospital

Seal & Stamp of Firm: _______________ Multan Road, Lahore.

EVALUATION CRITERIA FOR HEARING AID AND I.OL

PART-A: ELIGIBILITY CRITERIA

SR. # DESCRIPTION YES/NO PAGE #

1. Original receipt for purchase of tender

2. 3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid after concealing the amount)

3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

4. Minimum One year (01) business history from the date of Registration of Product

5. Acceptance of terms and condition, tender documents duly signed and stamped

6. Price Reasonability certificate

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

SR. # ASSESSMENT PARAMETERS MARKS 37. NTN No. and GST registration & copy thereof

NTN No.=05

GST No.=05

10

38. Financial Soundness of the firm

xvi. Income tax paid certificate 08

xvii. Balance Sheet 12

xviii. Bank Statement 08

If balance sheet and bank statements both are deposited then

only marks of balance sheet (12marks) would be counted.

Tapering down phenomenon regarding rating of marks shall be

applied on competitive firms

20

39. Establishment of company/firm with reference to the

Services.

xvi. More than 05-years 10

xvii. 03-05 years 05

xviii. 01-03 years 03

10

40. Overall reputation Certificate in reference to the

Services

xvi. Private Sector + Public Sector 10

xvii. Public Sector 05

xviii. Private Sector 05

10

41. Product Certification

a) Certificates FDA/CE(MDD)/JIS

xi. Any two Certificate 10

xii. Any one Certificate 05 b) For local products

xi. ISO 10

xii. ISO14000 05

10

Note: Acceptable Bids must score minimum of 65% marks.

42. Undertaking on judicial paper that firm is not

blacklisted in any Govt./Autonomous Body in

last two years

10

7 Brand Make and Model of the Product

a) local product with

xi. International market 10

xii. only local market 08 b) Foreign product

xi. In two or more continents 10

xii. In single continent 08

10

8 Copy of valid sole agency agreement from

principal manufacture 10

9 Agent capacity to provide technical service in reference to the hearing aid

a) Warranty of the device

I 1-Year 05

II 2-years 10

Local distributor/ Principal shall clearly define which device is replaceable and under warranty

10

TOTAL

100

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE LIST OF ITEM (HEARING AID)

2016-17.

1. HEARING AID POCKET TYPE

SR No

MAKE& MODEL

MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimated

Price

Total

i. 30 8000 24000

0

ii.

iii. S

iv.

v.

vi.

vii.

2. HEARING AID IN THE CANAL TYPE

SR No

MAKE& MODEL

MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimate

d Price

Total

i. If Required - -

ii.

iii.

iv.

v.

3. HEARING AID BEHIND THE EAR

S. No MAKE

&MODEL MAXIMUM OUT PUT

GAIN FREQUENCY

RANGE TRIMMERS

Approximate Demand

Estimated

Price

Total

i. 75 12000 900000

ii.

iii.

iv.

4. ACCESSORIES OF HEARING AID Approximate Demand

Sr. No NAME OF ITEMS WITH SPECIFICATION

Approximate Demand

Estimated

Price

Total

i. 3 Pin receiver If Required - -

ii. 3 Pin V. Wire If Required - -

iii. 2 Pin receiver If Required - -

iv. 2 Pin V. Wire If Required - -

v. Bone conductor with head band If Required - -

vi. Ear mould 100 400 40000

vii. Electro Larynx If Required - -

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

IOL TENDER ITEM LIST FOR THE YEAR 2016-17

SR. NO.

NAME OF ITEMS Approximate Demand

Estimated

Price

Total

1. Intra Ocular Lens( Hard) FDA Approved Optic Dia 6.5mm

600 700 420000

2. Intra Ocular Lens( Hard) FDA Approved Optic Dia 5.5mm

200 700 140000

3. Intra Ocular Lens hard ( Anterior Chamber) Optic Dia 6.5mm

50 700 35000

4. Occustat/Miostat 100 95 9500

5. Phacoknife 2.75mm

5.5mm

3.25mm

100

80

20

470

475

450

47000

38000

9000

6. Methyl cellulose/ Occugell. 400 130 52000

7. Fold able IOL with Injector Max 3.5mm Hydrophobic

60 8000 480000

8. DCR Tube 05 900 4500

9. PhacoSleev 3.5mm 0.9mm (Large/ Small)

If Required - -

10. Phaco Irrigation Pipe for Phaco Machine Universal –II

If Required - -

11. Square edge IOL for Children (Foldable) If Required - -

12. Vision Blue 30 200 6000

13. Scleral Fixation PC IOL 10 1800 18000

14. Bandge Contract Lens If Required - -

15. Phaco –Tip 19/20G If Required - -

CHECK LIST

Sr. No

Description Sr. No. /Page No. of the

Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

Rate contract

for

Medical Gases (Oxygen, Nitrogen, Carbon Dioxide)

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Refilling of Medical Gases for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (21.06.2016 11:00 AM )

Date and time of opening of tender (21.06.2016 12:00 PM )

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM ) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 21.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

xii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

xiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

xv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

xvii. 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.

xviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

xix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

xx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

m. Instructions to bidders

n. Schedule of Requirements

o. Technical Specifications

p. Contract Form

q. Manufacture s Authorization form

r. Proprietary Certificate in case of sole manufactured /imported items.

s. Bid Form

t. Price Schedule

u. Manufacturing License

v. Price Reasonability Certificate

w. Certificate on Stamp Paper of worth Rs.100/-

x. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

e) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

f) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

g) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

h) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

vii. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

viii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

ix. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

x. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

xi. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

xii. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

j) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

k) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

l) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

m) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

n) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

o) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

p) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

q) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

r) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(c) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(d) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

c. Be addressed to the Medical Superintendent NSSSHL and;

d. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR REFILLING OF MEDICAL GASES

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =10

03-05 years =05

01-03 years =03

10

4. Product Certification a) Certificates FDA/ISO

i. Any to certificates =10 ii. Anyone certificate =05

b) For local products i. ISO =05 ii. ISO 14000 =03

10

5. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

6. Availability of the plants and technical staff of the company / firm in reference to the services

i. Availability of plants = 15 ii. Availability of technical staff = 05

20

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

10

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

4. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

5. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

6. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

iv. The inspection committee shall inspect the quantity and specifications of the items supplied.

v. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

vi. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

d) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

e) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

f) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

iv. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

v. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

vi. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on _________________________ for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________ TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

10. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

11. The following documents shall be deemed to form and be read and construed as integral part of this

contract, viz:-

G. Price schedule submitted by the bidder,

H. Technical specification;

I. General conditions of contract;

J. Special conditions of contract; and

K. Procuring Agency s Award of contract; and

L. Purchase order

12. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

13. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

14. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

15. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

16. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

17. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

18. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

APPROXIMATE DEMAND FOR MEDICAL GASES FOR THE FINANCIAL YEAR 2016-17

Sr.No. Name of Item Approximate Demand 2016-17

1. XM/16200L 16 Cylinders

2. XE/1620L 112 Cylinders

3. MM 240CFT 926Cylinders

4. MF 48CFT 2044 Cylinders

5. ME 24CFT 47 Cylinders

6. Liquid Nitrogen 08 Cylinders

7. Liquid Oxygen M3 90,000M3 Cylinders with tank/ without tank

8. CO2 33

9. AIR Cylinders 03

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REFILLING OF MEDICAL GASES FOR THE FINANCIAL YEAR, 2016-17

S. NO.

NAME OF ITEMS WITH SPECIFICATIONS RATE OFFERED

1. Compressed Medical oxygen Gas cylinders ME (24 cft)

2. “ “ “ MF(48Cft)

3. “ “ “ MM (240cft)

4. Liquid Medical oxygen container VIE tank(1290M3Capacity)

5. VIE tank

Capacity of each 1500 litres(VIE Tank) (Only monthly rent)

6. Nitrous Oxide cylinder XE (24 cft) 1620 litres

7. Nitrous Oxide cylinder XM (240 cft) 16200 litres

8. Compressed Air MM 240 cft (6.80 M3)

9. Cost of replacement of new oxygen valve

10. Cost of replacement of new Nitrous oxide valve

11. Cost of replacement of new spindle

12. Painting charges of cylinder

13. Hydraulic testing charges

14. Drying out charges

15. Entonox 48 cft Capacity 2700 Litres

16. Nitrogen Gas Cylinder(High Purity) 6.229 M 3 99.999%

17. CO2 48cft

18. CO2 240 cft

19. Transportation charges for 240 cft cylinders

20. Delivery charges

21. Sales tax and excise duty

NAME OF BIDDER _______________________________

SIGNATURE AND STAMP OF THE BIDDER __________________

Cost Rs.1000/- (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REFILLING OF MEDICAL GASES

Due date 21.06.2016

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Incom tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF MEDICAL GASES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender will be opened in the presence of tender representatives/bidders on 21.06.2016

at 12:00 PM after receiving from the bidders on the same day. 3. According to the contract the firm has to supply the approved items to the hospital as and

when required till the expiry of contract. 4. The bidders will deposit ____as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

5. Only the manufacturers or authorize dealers can give rates for the tender of medical gases. 6. The payment of bills will be on monthly basis. However, if there is a technical reason the

payment can be released after fifteen days. 7. The rates for filling medical gas cylinder should be given with/without transport. The rates

should be given for 240 cft gas cylinders. The contract will be applicable after approval of the contract. The contractor will himself provide oxygen gas for dura tank.

8. The firm will give a price reason ability certificate mentioning herein that its rate are reasonable and are not more than the rates which were supplied to other Institutions, otherwise the firm will be bound for return of the provided items.

9. The firm will be bound that if during contract its plant got out of order, the firm will provide oxygen cylinders from open market, otherwise the hospital will herself refill the cylinders from the open market and the firm is bound to pay its expenses.

10. In case, if during the financial year the hospital installs its own VIE tank, a separate rate for only liquid oxygen should be given.

11. Only those firms will take part in the tender who can provide demanded items from the present stock. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

12. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

13. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The rates should type written or clear and legible. In case of cutting, signature be must. 15. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 16. The blacklisted firms are not allowed to participate in the tender. 17. The firms will have to supply the sanctioned items as and when required during the period

of contract for which a separate supply order will be given. 18. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 19. After opening of the financial bid, that bidder reserves the right to take back his bid, in case

the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

20. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

Rate contract

for

Photostat Services

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Photostat Services for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (21.06.2016 11:00 AM)

Date and time of opening of tender (21.06.2016 12:00 PM)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders 06.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

xxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

xxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

xxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

xxvii. 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.

xxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

xxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

xxx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

y. Instructions to bidders

z. Schedule of Requirements

aa. Technical Specifications

bb. Contract Form

cc. Manufacture s Authorization form

dd. Proprietary Certificate in case of sole manufactured /imported items.

ee. Bid Form

ff. Price Schedule

gg. Manufacturing License

hh. Price Reasonability Certificate

ii. Certificate on Stamp Paper of worth Rs.100/-

jj. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

i) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

j) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

k) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

l) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

xiii. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

xiv. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

xv. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

xvi. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

xvii. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

xviii. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

s) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

t) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

u) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

v) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

w) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

x) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

y) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

z) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

aa) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(e) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(f) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

e. Be addressed to the Medical Superintendent NSSSHL and;

f. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA OF TECHNICAL PROPOSAL OF TENDER FOR PHOTOSTAT SERVICES

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service a) Number of staff =10

I. At least five staff members =05 II. One additional number for every additional technical

member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

Total Marks

100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

7. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

8. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

vii. The inspection committee shall inspect the quantity and specifications of the items supplied.

viii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

ix. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

g) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

h) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

i) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

vii. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

viii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

ix. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

97. Receipt

98. Copy of National Identity Card

99. Call deposit Receipt

100. Suppliers Authorization Letter

101. Price Reasonability Certificate

102. Price list (duly attested)

103. Sole Proprietary Certificate in case of items of Propriety nature.

104. Letter of Authorization from the manufacture / foreign Principal

105. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

106. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

107. Certificate of National Tax Number

108. Samples of quoted item

109. Technical bid (separate envelope)

110. Financial bid (separate envelope )

111. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

112. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on _________________________ for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

19. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

20. The following documents shall be deemed to form and be read and construed as integral part of this

contract, viz:-

M. Price schedule submitted by the bidder,

N. Technical specification;

O. General conditions of contract;

P. Special conditions of contract; and

Q. Procuring Agency s Award of contract; and

R. Purchase order

21. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

22. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

23. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

24. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

25. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

26. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

27. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR PHOTOSTAT SERVICES

Due date: - 21.06.2016

10. Name of Bidder ______________________ 11. Address ______________________

______________________

12. Telephone No. ______________________ 13. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

14. Deposit at call No. & Date ______________________ 15. Amount of deposit at call ______________________

16. Name of bank and branch ______________________ 17. Incom tax/Sales Tax reg. No. ______________________

18. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR PHOTOSTAT SERVICES

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender will be opened in the presence of tender representatives/bidders on 21.06.2016

at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call in the name of Medical

Superintendent NSSSHL along with tender documents which will remain in the custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The certified copy of CNIC will be attached along with tender documents while giving rates. 5. The contract will be cancelled in case of overcharging above the prescribed rates or

complaints. 6. The contactor will himself arrange cabin/shed which will be good looking and reasonable. 7. The electricity bill will be charged on the consumed units as per commercial rates which will

be decided by the concerned hospital committee. The contractor will himself provide electricity Sub-meter.

8. The contractor will deposit whole annual fair in advance in case of approval of the contract. The other dues will be deposited in the hospital account before 10th of each month.

9. The contract will be cancelled and the security will be forfeited in case of sublet of the contract or leaving the contract before prescribed date.

10. The rates should be clear, legible and in good hand writing. The rates should be type written and in case of cutting, signature be must.

11. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 12. The Photostat machine will be installed on the prescribed place and nothing anywhere.

13. All the taxes will be levied as per Government laws and all the rates should be given including

income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

14. The blacklisted firms are not allowed to participate in the tender. 15. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 16. After opening of the financial bid, that bidder reserves the right to take back his bid, in case

the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

17. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

QUOTED RATES FOR TENDER OF PHOTOSTAT SERVICES

Name of bidder __________________________________ CNIC No. __________________________________ Monthly Rent ___________________________________ Date ____________________________________

PHOTOCOPY RATES FOR SECURED WORKERS

CNIC/Social Security Card _____________________________

Ordinary size _____________________________

Big size _____________________________

PHOTOCOPY RATES FOR HOSPITAL/ADMINISTRATION

A4 size _____________________________

Legal size _____________________________

Single side _____________________________

Double side _____________________________

CNIC/Service card _____________________________

Rate Contract

for

Hospital Biomedical Waste Disposal Service

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

TENDER FOR LIFTING OF BIO MEDICAL WASTE (2016-17) INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 14.06.2016 11:00 am )

Date and time of opening of tender ( 14.06.2016 12:00 pm)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (06.06.2016) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 06.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xxxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

xxxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

xxxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xxxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

xxxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

xxxvii. 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.

xxxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

xxxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

xl. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

kk. Instructions to bidders

ll. Schedule of Requirements

mm. Technical Specifications

nn. Contract Form

oo. Manufacture s Authorization form

pp. Proprietary Certificate in case of sole manufactured /imported items.

qq. Bid Form

rr. Price Schedule

ss. Manufacturing License

tt. Price Reasonability Certificate

uu. Certificate on Stamp Paper of worth Rs.100/-

vv. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

m) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

n) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

o) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

p) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

xix. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

xx. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

xxi. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

xxii. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

xxiii. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

xxiv. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

bb) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

cc) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

dd) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

ee) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

ff) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

gg) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

hh) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

ii) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

jj) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(g) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(h) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

g. Be addressed to the Medical Superintendent NSSSHL and;

h. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF BIO MEDICAL WASTE

Sr. No.

Assessment Parameters Marks

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 06 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Product Certification

Certificates FDA/ISO Any two certificate = 10 Any one certificate = 05

For local products ISO = 05 ISO14000 = 03

10

4. Establishment of company/firm with reference to the service.

More than 05-years =10

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service Shall be envisaged by following criteria: -

No. of references/certificates provided regarding performance of the service from head of the concerned institute/hospital. References/certificates of the service shall be verified by the department independently.

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Availability of incinerator & technical staff of the company/firm in reference to the service i. Availability of incinerator= 15 ii. Availability of Technical Staff =5

20

7. Provision of pick & drop service to collect the bio medical waste from the hospital.

10

TOTAL MARKS 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

10. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

11. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

12. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

x. The inspection committee shall inspect the quantity and specifications of the items supplied.

xi. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

xii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

j) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

k) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

l) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

x. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xi. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on _________________________ for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________ TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

28. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

29. The following documents shall be deemed to form and be read and construed as integral part of this

contract, viz:-

S. Price schedule submitted by the bidder,

T. Technical specification;

U. General conditions of contract;

V. Special conditions of contract; and

W. Procuring Agency s Award of contract; and

X. Purchase order

30. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

31. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

32. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

33. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

34. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

35. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

36. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Cost Rs.1000/- (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR LIFTING OF BIO MEDICAL WASTE

Due date 21.06.2016

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________

Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR LIFTING OF BIO MEDICAL WASTE

TERMS AND CONDITIONS

i. The tenders will be opened in the presence of tender representatives / bidders on 21.06.2016 at 12:00 p.m after receiving from the bidders on the same date.

ii. The bidders will deposit 3% as security / deposit at call which will be released after successful completion of the tender agreement.

iii. The period of the tender agreement will be for the financial year, 2016-17. iv. Rates should be per month inclusive of income taxes otherwise exemption/

clarification should be provided. Any other charges shall be mentioned separately. v. The schedule of lifting of Bio Medical Waste shall be provided separately. vi. The institution reserves the right of the inspection of the place where Bio Medical

Waste is disposed off. vii. The M/s for lifting of Bio Medical Waste shall not refuse in case of non-payment

due to budget constraints. viii. The firm shall arrange the training program for paramedical staff of the hospital

particularly the Bio Medical Waste handlers (sanitary workers). ix. The firm shall keep a proper record of collection of Bio Medical Waste and will oblige

to provide the same whenever the hospital asks for it. x. All the payments will be made through cross cheques. xi. In the event that any of the two parties (one is the institution, other the winner of

the tender) are unwilling to continue the agreement of lifting of Bio Medical Waste, one month prior notice shall be served on the other party in writing.

xii. The income tax shall be deducted according to the government prescribed rates. xiii. All the purchase process will be according to PPRA Rules-2014 single stage two

envelopes system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

Service Contract

for

Hospital Bed Lifts

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Contract of Bed Lifts for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 21.06.2016 10:00 AM )

Date and time of opening of tender ( 21.06.2016 12:00 PM )

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 21.06.2016 12:00 PM till 11am positively. The bids received till the stipulated date and time

shall be opened on the same day at 12:00pm in the presence of the bidders or their authorized

preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

xli. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

xlii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

xliii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

xliv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

xlv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

xlvii. 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.

xlviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

xlix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

l. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

ww. Instructions to bidders

xx. Schedule of Requirements

yy. Technical Specifications

zz. Contract Form

aaa. Manufacture s Authorization form

bbb. Proprietary Certificate in case of sole manufactured /imported items.

ccc. Bid Form

ddd. Price Schedule

eee. Manufacturing License

fff. Price Reasonability Certificate

ggg. Certificate on Stamp Paper of worth Rs.100/-

hhh. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

q) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

r) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

s) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

t) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

xxv. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

xxvi. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

xxvii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

xxviii. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

xxix. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

xxx. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(i) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(j) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

i. Be addressed to the Medical Superintendent NSSSHL and;

j. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof NTN No.=05 GST No.=05

20

2. Financial Soundness of the firm

Income tax paid certificate= 04

Balance Sheet = 06 or

Bank Statement = 04 If balance sheet and bank statements both are deposited then only marks of balance sheet (06marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Company Certification

Any two certificate = 10 Any one certificate = 05 ISO = 10 ISO14000 = 05

10

4. Establishment of company/firm

More than 05-years =08

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service Shall be envisaged by following criteria: -

No. of references/certificates provided regarding performance of the product from head of the concerned institute/hospital. References/certificates of the product shall be verified by the department independently.

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Local manufacture/Agent capacity to technical service a) Availability of well-equipped Repair workshop

of the firm=08 b) Availability of Spare parts and accessories =

02 Local manufacturers/principal shall clearly define which parts and accessories are replaceable and under warranty.

10

7. Availability of technical staff of the company/firm 10

8. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

10

Total marks 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

13. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

14. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

15. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

xiii. The inspection committee shall inspect the quantity and specifications of the items supplied.

xiv. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

xv. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

m) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

n) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

o) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

xiii. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xiv. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xv. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

PROF.DR.MUHAMMAD ASHRAF NIZAMI

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on _________________________ for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________ TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in conformity with the said Bidding Documents. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm shall be retained by the hospital as a security for the successful completion of the contract. We agree to abide by this bid for a period of six months from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding contract between us. We understand that the procuring Agency is not bound to accept the lowest or any bid. Name: _______________________________ _ Signature: ______________________________ Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

37. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

38. The following documents shall be deemed to form and be read and construed as integral part of this

contract, viz:-

Y. Price schedule submitted by the bidder,

Z. Technical specification;

AA. General conditions of contract;

BB. Special conditions of contract; and

CC. Procuring Agency s Award of contract; and

DD. Purchase order

39. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

40. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

41. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

42. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

43. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

44. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

45. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

Cost Rs.1,000/- (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REPAIR & MAINTENANCE OF HOSPITAL BED LIFTS

Due date 21.06.2016

19. Name of Bidder ______________________ 20. Address ______________________

______________________

21. Telephone No. ______________________ 22. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

23. Deposit at call No. & Date ______________________ 24. Amount of deposit at call ______________________

25. Name of bank and branch ______________________ 26. Incom tax/Sales Tax reg. No. ______________________

27. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR REPAIR &MAINTENANCE OF BED LIFTS TERMS & CONDITIONS

1. The tender will be opened in the presence of tender representatives/bidders on 21.06.2016 at 11:00AM

after receiving from the bidders on the same day. 2. The bidders will deposit 3% security/deposit at call which will be released after successful completion

of the tender agreement. 3. The period of the tender agreement will be for financial year, 2016-17. 4. The repair & maintenance of lift including servicing once in a month during working hours with minor

repairs and replacements i.e. diodes, bridges, fuses, indication and push lamps etc. 5. The major replacements of all other parts and repairs shall be carried out on prior approval of the cost. 6. The servicing of the lifts shall be done once in a month or as and when required essential. All the minor

complaints shall be attended/cleared within one hour of receipt of intimation. If the complaint shall not be rectified within two days, then there will be deduction from the salary of the lift operators/ deduction from the bills of the firm as per monthly agreement @ per day delay.

7. The servicing includes cleaning, greasing and inspection of lifts as under:- (1) Manual cleaning and blowing of control panel. (2) Checking and cleaning of hoisting unit. (3) Cleaning and lubricating of all moving parts. (4) Checking and greasing of guide rails. (5) Checking tension of suspension ropes. (6) Checking of all safety devices.

8. The contract is subject to termination by serving notice of 30-days by either side in advance. 9. The firm will provide 12 months service/ maintenance agreement with 12-months services of two lift

operators for 08 hours a day, one in the morning shift from 8:00AM to 4:00PM and the other in the evening shift from 4:00PM to 10:00 PM for normal working days.

10. The bills will be submitted on monthly basis and will be clearly paid after verification about service conducted and obtaining attendance certificate of the lift operators. A separate register for attendance is prepared for lift operators.

11. The firm should arrange the services of lift operators itself and no services of the PESSI employees shall be provided to the firm.

12. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

STANDARD OPERATING PROCEDURE FOR SERVICE & MAINTENANCE OF HOSPITAL BED LIFTS/ ELEVATORS

The approved firm dealing with service and maintenance of the two numbers of hospital bed lifts/ elevators will provide following facilities along with two operators, which will be covered under the service and maintenance contract/agreement with the firm. 1. The firm shall ensure the training of the Lift Operators of NSSSHL for morning/evening shifts for handling of

day to problems, common faults and pit falls, break downs, etc. and shall also issue certificates to the qualified trained staff.

2. The firm shall provide operation manual, service manual and any other literature conforming to the installed lifts/elevators.

3. It shall be the responsibility of the firm to train the concerned staff of the hospital up to the entire satisfaction. 4. The firm shall ensure one routine visit per month for preventive maintenance and service of the bed

lifts/elevators during working hours and shall submit its detailed report regarding satisfactory functioning and condition along with recommendations if any, duly signed by the concerned Sub Engineer PESSI/SDO/DMS (G).

5. The firm shall ensure timely replacement of parts as and when required. The required major parts will be charged separately through quotation/ invoice under PPRA Rules. Prior to the replacement of parts approval by the MS NSSSHL is essential. The firm shall address the exigencies on top priority basis. However, the emergency visit shall be adjusted with the routine visit duly supported by the report of the concerned Sub Engineer PESSI/SDO/DMS (G).

6. The firm shall also provide a rate list of all the major and minor parts along with price list of consumable items routinely utilized during preventive maintenance and service of the bed lifts/ elevators prior to signing of contract.

7. The firm shall ensure 95% operational up time of the bed lifts/ elevators. The up time shall be calculated on hourly basis for which the bed lift has remained operational during the said month. In case the up time is less than 95% the hospital may impose penalty on the firm including termination of the contract or may impose fine to the firm up to its satisfaction.

8. Any major or minor repair/ replacement work shall be executed through authorized firm and necessary payment shall be made after obtaining Satisfactory Certificate by Sub Engineer PESSI/SDO/DMS (G).

9. The firm shall provide the names and CNIC numbers of the lift operators to the management of NSSSHL for office record.

10. The minimum Response Time for attending the trouble shooting of bed lifts/ elevators should be within One Hour of a phone call from NSSSHL management. The firm shall not claim any charges for Odd Time Services/Emergency Services.

11. The payments to firm for the Service & Maintenance will be made by NSSSHL management on monthly basis, subject to audit. The firm will submit bills for audit along with monthly service & maintenance duly signed and verified by the lift operator, concerned Sub Engineer PESSI/SDO/DMS (G).

12. The payment to the firm shall be released within ten working days of the receipt of bills so that the bed lifts/elevators are maintained effectively.

13. The service and maintenance contract/agreement shall be valid from the date of signing of the contract/agreement up to 30.06.2017.

14. Every effort shall be made by the firm to maintain the bed lifts/elevators in perfect working condition, so as to ensure safe and regular operation.

15. In case of any dispute/controversy, the same shall be settled through mutual settlement. However, the decision of the Medical Superintendent shall be final and binding.

16. The contract/ agreement may be terminated on One Month notice from either side. 17. The major replacement (s) and repair (s) shall be carried out on prior approval of the cast. 18. All the taxes will be applicable as per Government rates, rules and regulations. The firm shall provide NTN, GST

registration certificate/ GST paid receipt and professional tax paid receipt/ certificate. However, the hospital is exempted from GST as it is 550 bedded hospitals (as per Income Tax Ordinance Section 153 (1) 50 bedded hospital is exempted from GST).

19. The duty hours of the lift operators will be from 08:00AM to 04:00PM. In case of absence of lift operator(s) the firm would be responsible provide his/ their replacement within one-hour time limit. Sunday would be observed as a holiday.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

Service Contract

for

Hospital Generators

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender For Generators (150KVA+ 300 KVA +500 KVA) for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (21.06.2016 11:00 AM)

Date and time of opening of tender (21.06.2016 12:00 PM)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 21.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

li. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

lii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

liii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

liv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

lv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

lvii. 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.

lviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

lix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

lx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

iii. Instructions to bidders

jjj. Schedule of Requirements

kkk. Technical Specifications

lll. Contract Form

mmm. Manufacture s Authorization form

nnn. Proprietary Certificate in case of sole manufactured /imported items.

ooo. Bid Form

ppp. Price Schedule

qqq. Manufacturing License

rrr. Price Reasonability Certificate

sss. Certificate on Stamp Paper of worth Rs.100/-

ttt. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

u) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

v) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

w) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

x) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

xxxi. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

xxxii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

xxxiii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

xxxiv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

xxxv. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

xxxvi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

kk) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

ll) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

mm) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

nn) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

oo) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

pp) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

qq) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

rr) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

ss) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(k) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(l) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

k. Be addressed to the Medical Superintendent NSSSHL and;

l. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA FOR SERVICE & MAINTENANCE CONTRACT OF GENERATORS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof

NTN No.=05 GST No.=05 20

2. Financial Soundness of the firm

Income tax paid certificate= 04

Balance Sheet = 06 or

Bank Statement = 04

10

3. Company Certification

Any two certificate = 10 ISO = 10

Any one certificate = 05 ISO14000 = 05

10

4. Establishment of company/firm

More than 05-years =08

03-05 years =05

01-03 years =03

10

5. Overall reputation in reference to the service

Private Sector + Public Sector =10

Public Sector =05

Private Sector=05

10

6. Local manufacture/Agent capacity to technical service

c) Availability of well-equipped Repair workshop of the

firm=08

d) Availability of Spare parts and accessories = 02

10

7. Availability of technical staff of the

company/firm

10

8. Undertaking on judicial paper that firm is not blacklisted in

any Govt./Autonomous Body in last two years 20

Total 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

16. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

17. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

18. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

xvi. The inspection committee shall inspect the quantity and specifications of the items supplied.

xvii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

xviii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

p) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

q) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

r) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

xvi. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xvii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xviii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 06.06.2016 for the supply of Stationary items for NSSSH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

LIST OF GENERATOR EXPENSES (POL+ REPAIR)

Sr.No. Generators Estimated Cost

1. 150KVA+300 KVA+ 500 KVA Rs.30,00,000

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

STANDARD OPERATIVE PROCEDURES/TERMS & CONDITIONS

FOR SERVICE & MAINTENANCE CONTRACT OF GENERATORS (150,300 & 500 KVAS)

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender will be opened in the presence of tender representatives/bidders on

21.06.2016 at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender and will be released after successful completion of tender agreement. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. The preventive maintenance shall not include the top overhauling, major over hauling, fuel pump and injector calibration, turbo charger etc.

5. The expenditure on spare parts/materials/ machine works if required during contract period shall be borne by the hospital.

6. During the contract only the personnel of the concerned company shall look after the repair/maintenance work of generators and no unauthorized person shall work on generators.

7. Safety of the site will be responsibility of hospital and it will be ensured that all safety devices such as fire extinguishers, first aid box, etc. are available at the site.

8. All the taxes will be levied/deducted from the bills as per rates notified by the Government and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

9. The rates should be type written, clear and legible. In case of cutting, signature be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled.

10. The blacklisted firms are not allowed to participate in the tender. 11. The approved rates will be considered for the whole year and no claim of currency

fluctuation be accepted during the current year. 12. After opening of the financial bid, that bidder reserves the right to take back his bid, in

case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

13. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

14. The authorized distributors/agents dealing with service & maintenance contract of

these generators (150KVA, 300KVA & 500KVA) will provide following facilities which

will be covered under the service &maintenance contract with the firms.

a) The firm will ensure two routine visits per month for checking of the generators and

submit its detail report regarding satisfactory working, efficiency of generators to the

hospital.

b) The firm will ensure changing of recommended Mobil oil and replacement of filters of

generators after 250 hours in presence of SDO/Sub Engineer and DMS (G) of the

hospital.

c) Emergency visits other than two number routine visits will be charged separately from

the hospital duly verified in writing by the concerned SDO/Sub Engineer and DMS (G).

d) The repair work in addition to routine maintenance service up to the tune of less than

Rs.100,000/- including parts shall be paid by the concerned M.S without the approval of

Head Office. However, Mechanical Engineer, being technical will be the member of the

committee regarding replacement of these parts by the firm out of POL budget at the

disposal of hospital.

e) The major repair work above Rs.100, 000/- including parts shall be executed after the

approval of Head Office /Competent Authority. The Mechanical Engineer of Head Office

will also supervise the repair work in addition to existing committee formed by

respective M.S.

f) Undertaking will also be taken from the firm dealing with the service contract for giving

minimum response time for attending the trouble shooting of generators that should

not be more than three hours.

g) The payment to the maintaining firm for the maintenance contract will be paid by

hospital on quarterly basis duly attached by certificate provided by the SDO/DMS (G)

that the firm has satisfactorily maintained the generators and executed the required

number of visits during the concerned quarter. However payment for additional or

emergency calls along with repairs minor or major to the generator shall be paid by the

concerned M.S. of the hospital.

h) The payments to the firm shall be released within 10 working days so that the

generators are maintained effectively.

i) The maintenance contract will be for a period of one year which can be renewed after

finalization of mutual terms and conditions between hospital and the firms.

j) One month time will be required for termination of maintenance contract of its renewal

prior to expiry of contract.

15. The agreement can be terminated in case of breach of above mentioned terms & conditions and unsatisfactory services by giving an advance notice of one month.

PROF. DR. MUHAMMAD ASHRAF NIZAMI MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR SERVICE & MAINTENANCE CONTRACT OF GENERATORS (150, 300 & 500 KVA)

Due date: - 21.06.2016

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

Rate Contract

for

Hospital Bedding

and

Linen Items

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF BEDDING AND LINEN TENDER ITEMS

FOR THE FINANCIAL YEAR, 2016-17

S.

No.

Name of items Specification

Rate Offered

1. Bed Sheet

108” * 66” 36x36 20/2x10/s mentioning the name of hospital woven in colored boarder and minimum weight

2. Patients kit cotton lining Mention rate per kit

3. Operation gown 48x96, 12x12 white cotton zein

4. Cotton zein colored 48x96, 12x12 width 56” mention per meter rate

5. Green cotton Dosuti width 36’’ mention rate per meter

6. Hand towel white pure cotton absorbent size 18x36

7. Operation towel /Turkish towel

Mention rate per meter

8. Kora Latha Width 54” mention rate per meter.

9. Fine cotton for doctors kit

Width 54” mention rate per meter.

10. Pillow foam single piece Branded foam standard size, mention minimum

weight

11. Blanket red /camel color with piping.

60x90 weight 2kg/2200gm.

12.

Malmal White Mention rate per meter

13.

White K.T width 36” mention rate per meter

14.

Colored K.T width56” mention rate per meter

15.

Fine latha width 56” mention rate per meter

16

.

Doctor Coat fine quality (Only the sample of cloth will be approved

design and size will be provided at the time of

purchase)

NAME OF BIDDER _______________________________

SIGNATURE AND STAMP OF THE BIDDER __________________

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Bedding & Linen for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender ( 21.06.2016 11:00am )

Date and time of opening of tender ( 21.06.2016 12:00 pm )

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (06.06.2016) only during working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 06.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

lxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain

separately the Financial Proposal and the Technical Proposal.

lxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

lxiii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

lxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

lxv. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

lxvii. 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.

lxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

lxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

lxx. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

uuu. Instructions to bidders

vvv. Schedule of Requirements

www. Technical Specifications

xxx. Contract Form

yyy. Manufacture s Authorization form

zzz. Proprietary Certificate in case of sole manufactured /imported items.

aaaa. Bid Form

bbbb. Price Schedule

cccc. Manufacturing License

dddd. Price Reasonability Certificate

eeee. Certificate on Stamp Paper of worth Rs.100/-

ffff. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

y) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

z) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to

bid and is qualified to perform the Contract if its bid is accepted;

aa) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

bb) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF BEDDING AND LINEN ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. *

?

Brand, Make and Model of the products c) Local Product with

i. International Market =20 ii. Only local Market =10

d) Foreign product i. In two or more continents =20 ii. In single continent =10

20

5. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

19. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

20. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

21. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

xix. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xx. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xxi. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on _________________________ for the supply of Stationary items for

NSSSH as advertised in the tender notice as well as those contained in the bid Performa and the Punjab

procurement Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: _______ NO.__________ TO The Medical Superintendent N.S.S.S.H Multan Road Lahore. Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees

Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at

(address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

LIST OF BEDDING AND LINEN ITEMS FOR THE FINANCIAL YEAR, 2016-17

SR.

# NAME OF ITEMS SPECIFICATIONS

ESTIMATED BUDGET

2016-17 RS. 700,000

1. BED SHEET

108” * 66” 36x36 20/2x10/s mentioning

the name of hospital woven in colored

boarder and minimum weight

600

2. PATIENTS KIT

COTTON LINING

Mention rate per kit

0

3. OPERATION GOWN 48x96, 12x12 white cotton zein 300

4. COTTON ZEIN

COLORED

48x96, 12x12 width 56” mention per meter

rate

0

5. GREEN COTTON

DOSUTI width 36’’ mention rate per meter

1900

6. HAND TOWEL white pure cotton absorbent size 18x36 200

7. OPERATION TOWEL

/TURKISH TOWEL Mention rate per meter

0

8. KORA LATHA Width 54” mention rate per meter. 0

9. FINE COTTON FOR

DOCTORS KIT

Width 54” mention rate per meter.

200

10. PILLOW FOAM

SINGLE PIECE

Branded foam standard size, mention

minimum weight

200

11. BLANKET RED

/CAMEL COLOR

WITH PIPING.

60x90 weight 2kg/2200gm.

190

12. MALMAL WHITE Mention rate per meter 0

13. WHITE K.T width 36” mention rate per meter 0

14. COLORED K.T width56” mention rate per meter 0

15. FINE LATHA width 56” mention rate per meter 486

16. DOCTOR COAT FINE

QUALITY

(Only the sample of cloth will be approved

design and size will be provided at the time

of purchase)

0

Cost Rs.1000/- Due date: - 21.06.2016 (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF BEDDING AND LINEN ITEMS

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Incom tax/Sales Tax reg. No. ______________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF BEDDING & LINEN ITEMS

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender will be opened in the presence of tender representatives/bidders on

____________at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must. 9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the period of

contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting before

the opening of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

Service Contract

for

Security Guards

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for Security Guards & Chowkidars for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (21.06.2016 11:00 AM)

Date and time of opening of tender (21.06.2016 12:00 PM)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 21..06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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

separately the Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and

communicated to the bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR SECURITY GUARDS

SR.

#

ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service b) Number of staff =10

I. At least five staff members =05 II. One additional number for every

additional technical member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

xxii. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xxiii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xxiv. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 06.06.2016 for the supply of Stationary items for NSSSH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of

Punjab, the Health Department (hereinafter referred to as the” Procuring Agency”) of the first part; and

M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address

of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to individually as

“party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

LIST OF SECURITY GUARDS EXPENSES

Sr.No. No. of Security Guards Estimated Cost

1. 04 x17400/-=69600 x12 835200/-

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Cost Rs.1000/- (Non-refundable)

TENDER FOR SECURITY GUARDS/CHOWKIDARS

Due date: - 21.06.2016

28. Name of Bidder ______________________ 29. Address ______________________

______________________

30. Telephone No. ______________________ 31. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

32. Deposit at call No. & Date ______________________ 33. Amount of deposit at call ______________________

34. Name of bank and branch ______________________ 35. Income tax/Sales Tax reg. No. ______________________

36. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________

Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR SECURITY GUARDS / CHOWKIDARS

TERMS & CONDITIONS

1. The tender will be opened in the presence of tender representatives/bidders on 21.06.2016 at 11:00 AM after receiving from the bidders on the same day.

2. The bidders will deposit 3% as security/deposit at call which will be released after successful completion of the tender agreement.

3. The period of the tender agreement will be for financial year 2016-17 and shall be extendable further, subject to provision of satisfactory services.

4. The winner registered private security agencies shall not engage any other agency for provision of security services during agreement period. All taxes levied by the Government shall be deducted from the monthly payment to be made to the firm.

5. The bidders shall provide four Security Guards to the hospital on quotation basis. 6. The duty hours for each security guard will be twelve hours and their deployment and

supervision shall be carried out by the hospital authorities. 7. The registered private security agencies shall be responsible for ensuring that the security

guards are properly briefed about duties and they possess company ID card, authority letter for carrying weapon, weapon license, weapon, whistle and torch.

8. Substitute for guards in case of leave, shall be provided by the firm and guards will not perform duty for more than 12 hours.

9. After acceptance of security guards any other specific facility would be subject to payment of additional charges by the hospital.

10. Ex army personnel/trained guards will be preferred and registered private security agencies will provide the addresses, photocopies of NIC and pension book of security guards within 15 days of agreement.

11. Replacement of the accepted weapon with expensive weapons will entail revision of charges accordingly.

12. Payment will be made on monthly basis, no advance payment will be made. 13. The security guards will perform duties under the supervision of authorized officer of this

hospital. 14. Bills will be submitted on monthly basis after 25th of each month and shall be payable by the

5th of the following month. 15. Deduction/penalties imposed by the hospital administration for misconduct or

unsatisfactory performance of security guards shall be born by the firm. The amount of penalties shall be deducted from the monthly bill. The penalty imposed shall not exceed half of the professional profit other than theft.

16. Registered private security agencies will be completely responsible for any loss to the moveable/immovable property of the area where guards are deployed.

17. The registered private security agencies shall be responsible for the personal conduct of the security guards. If any guard is found involved in any illegal, immoral or criminal activity, concerned person and firm will be held responsible and will be liable to administrative and legal action which may lead to termination of agreement and forfeiture of security.

18. The registered private security agencies will ensure that all the weapon of guards are in good firing condition and all the weapons are fired and tested at least once every two months.

19. The registered private security agencies shall in case of any theft, pay the amount to the extent of responsibility fixed into by the hospital administration.

20. The registered private security agencies shall ensure that security guards have courteous, helpful attitude towards hospital staff/patients and their attendants.

21. The registered private security agencies shall replace all undisciplined and unwanted security guards immediately without any additional charges.

22. The registered private security agencies will submit medical fitness certificates of all the security guards within 15 days which will be verified by a doctor of NSSSH, Multan Road Lahore.

23. The security guards will:

Not allow trespassing.

Not allow any unauthorized person to enter the premises.

Not let any body take out any store without proper authorization.

Protect the residences and residents.

24. The registered private security agencies shall be responsible for payment of all taxes required to be paid by it under Pakistan law and for any necessary with holding tax from the salaries of its employees.

25. All questions, disputes, controversies or claim arising directly or indirectly out of or consequent to this agreement shall be settled by mutual negations should such negotiations fail, the matter shall be referred to arbitration between arbitrators one to be appointed by firm and hospital, in accordance with and subject to the Pakistan Arbitration Act 1940 or any statuary modification or re-enactment thereof. The venue of the arbitration shall be Lahore.

26. The registered private security agencies shall be responsible for payment of wages/salaries to security guards. Firm shall keep the hospital fully indemnified against by any losses due to operation of the standing order-20 of West Pakistan Industrial and Commercial Ordinance (Standing Order Ordinance 1968).

27. It is clearly understood that this agreement is contract work services and not of services and neither firm nor security guards shall be in the employment of hospital nor have any such relationship.

28. The registered private security agencies shall themselves employ security guards to discharge their contractual obligations under the agreement. The hospital authority shall have neither private contract whatsoever nor any relationship with the person engaged by the firm.

29. In case while on duty security guards suffers accident/injury/death, NSSSH, Multan Road Lahore is totally absolved of all responsibilities.

30. The Medical Superintendents NSSSH, Multan Road Lahore reserves the right to cancel the contract at any stage without assigning any reason on one month notice or in extra ordinary circumstances without any prior notice.

31. Any dispute or difference between the registered private security agencies and NSSSH, Multan Road Lahore shall be mutually settled between the concerned Deputy Medical Superintendent of this hospital and the representative of firm. However in case of any controversy the Medical Superintendent NSSSH, Multan Road Lahore shall be the final authority whose decision shall be deemed to be final and not challengeable at any other forum.

32. The agreement can be terminated in case of breach of above terms & conditions and unsatisfactory services by giving an advance notice of one month.

33. In case prior notice of months is not given, hospital will be bound to make the payment for one month “security charges and upon the termination of this agreement firm shall be permitted to remove all its devices and equipment which may have been placed at hospital premises from time to time.

34. All purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI

MEDICAL SUPERINTENDENT

General Order Supplier Contract

for Miscellaneous Hospital Items

(Electric, Sanitary, Carpenter, Welder, A.C Technician Items,

Painter Items, Utility Items, Washing Material for Laundry)

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD LAHORE

NO________________________NSSSH DATE_____________________

Tender for General order supplier contract for miscellaneous hospital items for the Financial

Year 2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (21.06.2016 11:00 AM )

Date and time of opening of tender (21.06.2016 12:00 PM )

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals from the well

reputed firms for the supply of Refilling of Medical Gases on free delivery on FOR basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (21.06.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 21.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12:00pm in the presence of the bidders or their authorized preventative.

4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3)

The tender is unsigned. (4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by

telegram. (7) The offer is from a firm black listed, suspended or removed from the approved list. (8)

The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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

separately the Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and

communicated to the bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR THE TENDER OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR.

#

ASSESSMENT PARAMETERS MARKS

1. NTN No. and GST registration & copy thereof NTN No.=10 GST No.=10

20

2. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

3. Establishment of company/firm with reference to the Services.

More than 05-years =20

03-05 years =10

01-03 years =05

20

4. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

5. Availability of required staff of the company/firm in reference to the service c) Number of staff =10

I. At least five staff members =05 II. One additional number for every additional technical

member shall be granted with maximum up to 10.

10

6. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the

minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall be returned

unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders that they

have secured the minimum qualifying marks, the date, time and location for opening the financial proposals.

Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly

to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

22. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

23. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

24. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

xix. The inspection committee shall inspect the quantity and specifications of the items supplied.

xx. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

xxi. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier.

31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this

contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in

accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of

delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for

performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent.

A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of

liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special

Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of

Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination

of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,

Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which

will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed

penalty, as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver

any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the

Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has

engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

s) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right

to purchase the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the

suspension / cancellation of contract / blacklisting of the defaulting \ firm.

t) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security

of the contractor and may award the contract to the second lowest.

u) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank

Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid

found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be

acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.

35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to

Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

xxv. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,

manufacturing and expiry date and quantity.

xxvi. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration

No, manufacturing and expiry date, quantity, per unit cost, and total amount.

xxvii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without

GST), amount of GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered

supply shall be imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement

Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 06.06.2016 for the supply of Stationary items for NSSSH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the essence

of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery of

liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up

the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2016-2017 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees

Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first part;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at

(address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of

M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary services

offered to supply the required item(s); and whereas the procuring Agency has accepted the bid by the

supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the procuring

Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the procuring

Agency to provide the goods and services and to remedy defects therein in conformity in all respects

with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the

goods and services and the remedying of defects therein, the contract price or such other sum as

may become payable under the provisions of this contract at time and in the manner prescribed by

this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege or

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

right and remedies available to procuring Agency under any law, contract or other instrument, be

void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning,

dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________ (the

place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS

SR. NO

NAME OF ITEMS SPECIFICATION

RATE QUOTED

PER ITEM

1. Piano Switch

2. Piano Socket

3. Light plug simple 8-pins

4. Power Plug 20/40amp

5. Capacitor 3.5uf

6. Trimmer/Main Regulator

7. 2-pin shoo

8. 3-pin shoo

9. Blub 60/100w

10. Power plug box universal

11. Rowel plug 12&14 Nos.

12. Patch ½”, ¾”, ½” 2½”, 3”

13. Power plug sheet 8x6”

14. Light plug box 3x3”

15. Fan hock

16. Rowel Bolt 3 sooter

17. Cable 3/29

18. Cable 40/76

19. Cable 110/76

20. Cable AC 7/44

21. Cable 23/76

22. Bell push open type

23. Electric bell

24. Bulb holder pin type

25. Salo No.1,2,3,4,5

26. Tube rod 40/36w

27. Tube starter 40/36w

28. Tube choke 40/36w

29. Tube rod holder

30. Tube starter holder

31. Tube rod 12/18w

32. Tube starter 20/18w

33. Tube choke 20/18w

34. Pipe PVC ¾”+ ½ ”

35. Clump ¾” ½”

36. Clump No.5,6,7,8

37. Cable pin

38. Fan tikky

39. Cable RG11, RG6

40. Power plug convertor

41. Fan rubber

42. Nakkle patch 1/2 “ + ¾”

43. Contractor strip 10A, 60A

44. 1.6 uf Exhaust Fan 12”

45. 4.5 uf Exhaust Fan 24”

INSTRUMENT FOR WELDING

1. 6”veel complete

2. 6” without chimta

3. 5” veel kehli wali complete

4. 4” veel comlete kehli wali

5. 4” without chimta

6. Rod No.10

7. Rod No.12

8. 4” pathar

9. Cottor pin

10. Net bolt 3,4 sooter

11. Patti 2 inch wali 1½ sooter

12. Patti 1” sawa sooter

13. Cutter 4”plate

14. Veel 5” without chimta

15. Ankle per kg weight

16. Sariya Per kg

MASON ITEMS

1. Cement

2. Sand

3. Bajri

4. Bricks

5. Sariya

6. White Cement

7. 6” wali tile

8. Tile cream color 10”

9. Tile 16 by 16

10. Gutter core 26” with karah

11. Gutter core 24” with karah

12. Gutter core 20” with karah

ITEMS OF PAINT

1. White distemper drummy

2. White distemper gallon

3. Off white distemper drummy

4. Off white distemper gallon

5. Enamel paint off white gallon

6. Enamel paint off white quarter

7. Enamel paint gallon white

8. Enamel paint white quarter

9. Ragma 120 number

10. Ragma 150 number

11. Tarmeen oil gallon

12. Plastic off paris packet

CARPENTER WORKSHOP

1. Door closure star – MH

2. Internal gool lock

3. Pindal lock

4. Chutknia 6”

5. 1½ patch 8 number

6. Keel 2” 14 number topes

7. Chipka kondi 2”

8. Chipka 4”

9. Contract warma No.12

10. Lohe wala warma 2 sooter wala

11. Rawal plug

12. Arl 12”

13. Keel 01 2/8 No.17

14. Steel keel 2” - 1 ½

15. Spring water

16. Hook choti aur bhari

17. Glow

18. Patch 2” – 2 ½ - 3”

19. Patch 3 ¼ - 4 No. 5/8

20. Molding gola chapti 2½ ½

21. Win board lamination

22. Double action kabzay 5”

23. Single kabzay 5”

24. Sooter wale net bolt

25. Jalli 3 foot

26. Pindal medium

27. 3 sooter waley warmay

28. 1 sooter wala warma

29. Daraaz lock

SANITARY ITEMS LIST

1. Barrel Nipple ½

2. -do- ¾

3. -do- 1

4. -do- 1¼

5. -do- 1½

6. Pipe nipple 11L.M ½ 6,3,5,8,9,10

7. Pipe ¾ 11L.M 3”, 6”, 5”, 8”, 9, 10”

8. Pipe 1” 11L.M 3”, 6”, 9”, 10”

9. Regulator ¾ & ¾ sui gas high pressure

10. Active wall (gate role) 1”

11. Sui gas main line

12. Bullet kit

13. Bullet kit commode

14. Plug ½ inch chine loha

15. -do- ¾

16. -do- 1”

17. -do- 1 1/4”

18. Water nozzle ¾

19. CP nozzle bhari 1”

20. -do- 2”

21. -do- 1 ½

22. -do- 4”

23. -do- 6”

24. Bib cock Super Asia

25. Tea cock Super Asia

26. Side piller cock Super Asia

27. Mixer Super Asia

28. Prandial

29. Hood

30. Mixed Connection pipe

31. Bip Cock daigi

32. Bip Cock plastic bros sandal

33. Paish cock burner with naib

34. Paish heater with naib

35. Cooper pipe

36. Cotton washer

37. Washer coolden tanky

38. Washer bib cock

39. Washing swing tanky

40. West pipe jambood

41. Saffin golden

42. Saffin IFO bottle makhi

43. Ball cock golden

44. Ball cock IFO universal

45. Weight compulsion single

46. Weight compulsion wash bassoon

47. Sink 18*48, 20*60

48. Wash basin with

49. CP net (cooper or Bros)

50. Heater plate with chemical

51. Jet burner

52. Bullet ary dell and single

53. Elbow action master

54. Jain doori 3-sooter

55. Tyflon England

56. Gas pipe

57. Gas nozzle ½

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR. NO

NAME OF ITEMS SPECIFICATION RATE QUOTED

PER ITEM

( 1) ELECTRIC ITEMS 1. 2-pin shoe

2. 3-pin shoe

3. Bell push open type

4. Blub 60/100w

5. Bulb holder pin type

6. Cable 7/44

7. Cable 110/76

8. Cable 23/76

9. Cable 3/29

10. Cable 40/76

11. Cable pin

12. Cable RG11, RG6

13. Capacitor 1.6 uf Exhaust Fan 12”

14. Capacitor 3.5uf

15. Capacitor 4.5 uf Exhaust Fan 24”

16. Clump ¾” ½”

17. Clump No.5,6,7,8

18. Contractor strip 10A, 60A

19. Electric bell

20. Fan hook

21. Fan rubber

22. Fan tikky

23. Light plug box 3x3”

24. Light plug simple 8-pins

25. Nakkle patch 1/2 “ + ¾”

26. Piano Socket

27. Piano Switch

28. Pipe PVC ¾”+ ½ ”

29. Power Plug 20/40amp

30. Power plug box universal

31. Power plug convertor

32. Power plug sheet 8x6”

33. Rawal Bolt 3 sooter

34. Rawal plug 12&14 Nos.

35. Salo No.1,2,3,4,5 ?

36. Screws ½”, ¾”, ½” 2½”, 3”

37. Timer/Main Regulator

38. Tube choke 20/18w

39. Tube choke 40/36w

40. Tube rod 12/18w

41. Tube rod 40/36w

42. Tube rod holder

43. Tube starter 20/18w

44. Tube starter 40/36w

45. Tube starter holder

46.

( 2) WELDER ITEMS

1. 4” pathar

2. 4” wheel with killi complete

3. 4” wheel without chumta

4. 5” wheel with killi complete

5. 5” wheel without chumta

6. 6” wheel without chumta

7. 6”wheel complete

8. Angle per kg weight

9. Cater pin

10. Cutter 4”plate

11. Nut bolt 3,4 sooter

12. Patti 1” 1.25 sooter

13. Patti 2 inch wali 1.50 sooter

14. Sarya Per kg

15. Welding Rod No.10

16. Welding Rod No.12

( 3) MASON ITEMS

1. Bajri (crush)

2. Black Cement

3. Bricks

4. Gutter cover 20” with Kara

5. Gutter cover 24” with Kara

6. Gutter cover 26” with Kara

7. Sand

8. Sarya All Sizes

9. Tile 16x16

10. Tile 6”

11. Tile cream color 10”

12. White Cement

13. Chips

14. Marble Powder

( 4) PAINTER ITEMS

1. Enamel paint gallon white

2. Enamel paint off white gallon

3. Enamel paint off white quarter

4. Enamel paint white quarter

5. Off white distemper drum my

6. Off white distemper gallon

7. Plastic off Paris packet

8. Ragmal No.120

9. Ragmal No.150

10. Turpine oil gallon

11. White distemper drum my

12. White distemper gallon

(5 ) CARPENTER ITEMS

1. Arl 8”,10”,12”

2. Chatkiny 4”

3. Chatkiny 6”

4. Chatkiny 8”

5. Concrete warma No.12

6. Door closer MH, Star

7. Double action hinge 5”

8. Drawer lock

9. Glue

10. Glass 5 MM with Fitting

11. Glass 12 MM with Fitting

12. Hooks small & large

13. Hinges 6” , 5 sooter

14. Handle small, large & Medium

15. Internal lock (handle)

16. Internal lock (round)

17. Iron Net (Jali) 3 feet

18. Iron warma 2 sooter

19. Kundi chapka 2”,4”

20. Kharpaicha Flat No.1” No.8

21. Lar / Chapti1” x2.5”

22. Molding goola chapti 0.5”x2.5”

23. MDF Lamination 8x4

24. MDF Press Lamination 02 sooter

25. Magnet Catcher big size

26. Neem Gola ¾”

27. Nail 01 2/8 No.17

28. Nail 2”,2.5”,1”Tops No.17

29. Nail 1.25”Tops

30. Nail 1.50” Tops No.14

31. Nail 2” No.14 Top

32. Nut bolt 1 sooter

33. Pindal medium ?

34. Rowel plug No.8

35. Rubber Glass 03 sooter

36. Railing 14”,16”,18”

37. Revolving Chair Jeck

38. Revolving Chair Wheel

39. Revolving Chair Panja

40. Screw jipson3/4”

41. Screw 1.5”No. 8

42. Screw 2”,2.5”,3”

43. Screw 3.25”, 4” No. 5/8

44. Screw Dabbi3/4”,5 sooter,1/2” No.4

45. Silicon Bottle

46. Single hinge 5”

47. Spring wire

48. Steel nail 2”,1.5”

49. Warma 1&3 sooters

50. Win board lamination sheet (8x4)

( 6) PLUMBER ITEMS

1. Active Gas Valve (gate Valve) 1” Local, Heavy

2. Adaptor Female 40mm Heavy

3. Blade Saw Taiwan

4. Ball Cock Tanki Golden

5. Ball cock Tanki IFO B, Universal

6. Ball wall ½ Faisal

7. Ball wall ¾ Faisal

8. Ball wall 1,1.25,1.50 Inches Faisal

9. Barrel Nipple1/2,3/4,1,1.25,1.50 inches

China

10. Bibcock Faisal, Latif

11. Bibcock plastic brass Spindle Local, Heavy

12. Bolt kit commode Steel Heavy, Local

13. Bolt kit Washbasin Steel Heavy, Local

14. Bush PVC 2x3,2x4 Popular

15. Bush GI 1/2x3/4,1/2x1,3/4x1, China

16. Burner Stove Local Heavy

17. Commode IFO B

18. Commode Seat Cover IFO B

19. Copper pipe for heater ½ Local, Heavy

20. CP nozzle Heavy 1 ½ Local, Heavy

21. CP nozzle Heavy 1 inches Local, Heavy

22. CP nozzle Heavy 2” Local, Heavy

23. CP nozzle Heavy 4” Local, Heavy

24. CP nozzle Heavy 6” Local, Heavy

25. CP Nut Brass, Local Heavy

26. Elbow ½ China HE

27. Elbow1/2-3/4 MF China HE

28. Elbow ½x ¾, 3/4x 1” China HE

29. Elbow ½x 1”, 3/4x 1.25,1.50x1.25, China HE

30. Elbow ¾ China HE

31. Elbow 1,1.25,1.50 inches China HE

32. Elbow 1”x1.25, 1”x1.50 China HE

33. Elbow Action Master, Faisal

34. Elbow PVC 2”,3”,4”, 3x4 Popular

35. Elbow PVC 45degree3’,4” Popular

36. Flush tanki Master, Faisal, Sonic

37. Gas nozzle ½ Brass Heavy

38. Gas pipe Plastic Local Heavy Gauge

39. Glass Head with catcher Master, Faisal

40. Gas Heater Single Plate Double Plate

Canon, Firex

41. Gas Stove Single Burner Double Burner

Local Heavy Gauge

42. Geyser 35Gallon ,45Gallon 10Gauge 12Gauge

Local Heavy Gauge

43. Geyser Thermostat Complete China, Iran

44. Geyser Thermo Wire China, Iran

45. Geyser Pilot Pipe Local Brass Heavy

46. Geyser Burner Pipe Local Brass Heavy

47. Geyser Chery Local Brass Heavy

48. Geyser Safety Valve 1”x3/4”,1” Local Brass Heavy

49. Head Bibcock, Mixer, Side Pillar Cock

Local, Heavy

50. Hockey Pipe PVC1.50 Local, Heavy

51. Heater plate Filling chemical Local

52. Heater plate Single, Double Local

53. Jet burner Local

54. Join doori 3-sooter Taflon

55. Knob stove & Heater Local

56. Mixer Faisal ,Latif

57. Mixer Connection pipe Local, Heavy Brass Nut

58. Mixer Connection Pipe Complete Set

Brass Nut Heavy

59. Muslim Shower Complete Set King, Master

60. Muslim Shower Body King, Master

61. No Return Valve ¾,1” Japani

62. Pipe ½,¾,1.25,1.50,1, IIL.M

63. Pipe HDP 40mm Jamal sons

64. Pipe Clump Water Connection 6”x3/4,3”x3/4 with Nut Bolt & washer

Local, Heavy

65. Pipe nipple ½ 6,3,5,8,9,10 inches IIL,M

66. Plug ½ ,3/4,1,1.25 inch china aloha

67. Plug Elbow PVC 2”,3”,4”, 3x4 Popular

68. Popular Solution250 G,500G,150G Popular

69. P-Trap PVC 2”,3”,4” Popular

70. Push cock burner with knob Local, Heavy

71. Push cock heater with knob Local, Heavy

72. PVC Pipe 2”, 4”, 3”, 6”, 8”, Popular, Medium Grey& C-Category

73. PVC Pipe Clump 2”,3”,4” Local, Heavy

74. Rubber connection Pipe 18”,24”,30”,36”

Heavy, Brass Nut

75. Seat Cover IFO B

76. Side pillar cock Faisal ,Latif

77. Sink 18x48, 20x60 Steel Heavy Gauge

78. Siphon Complete Fitting Sonic

79. Siphon Complete Fitting Golden

80. Siphon Complete Fitting IFO B

81. Socket ½,3/4,1”,1.25,1. 50,1/2x3/4,1/2x1,3/4x1,1.50x1.25

China HE

82. Spindle Bibcock, Mixer, Side Pillar Cock

Local, Heavy

83. Sui Gas Regulator ¾ & ¾ High Pressure

Local

84. Teflon Tape England, Korea

85. Tea GI ½”,3/4”,1” 1/2x3/4,1/2x1,3/4x

China HE

86. Tea cock Faisal ,Latif

87. Tea PVC 2”,3”,4”, 3x4 Popular

88. Tea PVC Plug 2”,3”,4”, 3x4 Popular

89. Thimble & Washer Local

90. Thread Gola Local

91. Union ½ China HE

92. Union ¾ China HE

93. Union 1 ,1.25,1.50 inches China HE

94. W.C Local

95. Wash Basin Mixer Faisal ,Latif

96. Wash basin Stone with stand Local, Heavy

97. Washer Bibcock Local, Heavy

98. Washer tanki Golden, IFO B, Sonic

99. Washer Union ½,3/4,1,1.25,1.50 inches

Local, Heavy

100. Waste complain lab. Sink Local Brass Heavy

101. Waste Complain Sink Local, Heavy Brass

102. Waste Complain Wash Basin Local, Heavy Brass

103. Waste pipe folding1.25,1.50

104. Water nozzle ¾ Local, Heavy

105. Y-Tea PVC 2”,3”,4” Popular

LINEN STORE ITEMS (UTILITY ITEMS)

1. Air Freshener King

2. Broom Bansi

3. Finis Oil Typhon 400ml

4. Flush Brush Plastic

5. Glass for Water Toyo Nasik

6. Hand Brush for clothes

7. Life Boy Soap Liver Brothers

8. Medium Cell Toshiba

9. Net Wall Brush Iron/Plastic

10. Old Jersey Landa

11. Pencil Cell Toshiba

12. Phenyl Bottles Typhon 2.75L/3L

13. Plastic Bags Small Size 5x4

14. Plastic Jar 50 gms

15. Rat Killer Tablets Killer

16. Soap Dish Plastic

17. Spray Pumps Typhon/Super

18. Sufi Soap Sufi

19. Sufi Vermicelli Sufi

20. Surf Washing Powder Sufi 80 gms

21. Surf Washing Powder 1Kg

22. Sweep Shiner Super

23. Tat Bundle

24. Tissue Box Rose Petal

25. Tissue Rolls Supreme/Pop Up

26. Torch Rechargeable

27. Torch Cell Toshiba

28. Vim Washing Powder Vim/Max

29. Washing Soda Open ICI

30. Wiper Local Iron

31.

LAUNDRY ITEMS

1. Soda Ash ICI 2100/E bag

2. Surf Washing Powder Surf ,Express, Ariel 425/E bag

3. Liquid bleach 1230/Jar

4. Leco Powder 500/Ekg

5. Neel Powder 280/Ekg

6. Rang Kat 180/kg

7. Caustic Stone 76/kg

8. Sodium Hypo Sulphate 140/kg

9. Liquid Soap 1250/jar

10.

A.C.TECHNICIAN ITEMS

1. A C Service Pump

2. A.C Compressor 1.5 ton Split NEW

3. A.C Compressor 1.5 ton Window NEW

4. A.C Compressor 10 ton Central Unit NEW

5. A.C Compressor 2.0 ton Split NEW

6. A.C Compressor 2.0 ton Window NEW

7. A.C Compressor 4.0 ton Cabinet NEW

8. A.C Covers

9. A.C Protector

10. A.C. Technician Tool Set

11. Bearings 6201,6202,6203,6204,6001,6002

12. Bends

13. Blower

14. Cable 110/76 03Core English

15. Capacitors 10uf

16. Capacitors 3.5 uf

17. Capacitors 35uf

18. Capacitors 40uf

19. Capacitors 45uf

20. Capacitors 50uf

21. Compressor Oil

22. Condenser Fan

23. Copper Pipes

24. CTC Chemical

25. Drain Pipes PVC

26. Drill Hilty

27. Foam Filters

28. Gas No.110 USA

29. Gas No.134-A USA

30. Gas No.22 USA

31. LPG gas

32. Magnet Contactor

33. Over load

34. Packing Tapes

35. Pin Valves

36. Plastic Water Pipe 3/4

37. PVC Tapes

38. Refrigerator Protector

39. Relay for Refrigerators

40. Selector Switch

41. Solder Brass

42. Solder Copper

43. Solder Silver

44. Solution

45. T ½,3/4,

46. Thermostat

47. Window A.C. Fan Motor 1.5 ton,2.0ton

48. Window A.C. Trays Zinc

WATER CHILLERS

49. Water chiller compressor ½,1/3,1/4

50. Capacitor 80, 110

51. Condenser

52. Condenser fan

53. Relay

54. Over load

55. Thermostat

56. Water chiller bib cock

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

LIST OF MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

SR. NO

NAME OF ITEMS Estimated

Cost 1. Electric Items Rs.3,00,000

2. Welder items Rs.1,50,000

3. Mason items Rs.1,50,000

4. Painter items Rs.1,50,000

5. Carpenter items Rs.1,50,000

6. Plumber items & Water chillers Rs.2,00,000

7. Linen store items Rs.8,00,000

8. Laundry items Rs.3,00,000

9. A.C.Technician items & Water chillers Rs2,50,000

Cost Rs.1000/- (Non-refundable)

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF GENERAL STORE, LINEN STORE & LAUNDRY

Due date 21.06.2016

1. Name of Bidder ______________________ 2. Address ______________________

______________________

3. Telephone No. ______________________ 4. Tender Purchase receipt

(F-6 No., Date & Amount) ______________________

5. Deposit at call No. & Date ______________________ 6. Amount of deposit at call ______________________

7. Name of bank and branch ______________________ 8. Income tax/Sales Tax reg. No. _____________________

9. Fax No. ______________________

Certified that the terms and conditions of the tender are noted carefully. In case

of award of rate contract, our firm shall comply with the terms and conditions.

Signature of bidder:__________________

Date: __________________ Stamp: __________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER FOR MISCELLANEOUS ITEMS OF

GENERAL STORE, LINEN STORE & LAUNDRY

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender will be opened in the presence of tender representatives/bidders on 21.06.2016

at 11:00 AM after receiving from the bidders on the same day. 3. The bidders will deposit 3% as security/deposit at call which will remain in custody of

hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

4. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

5. In case of late supply from the prescribed date, half percent weekly or two percent monthly penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

6. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

7. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and write her complete particulars on the first page of the tender document very carefully mentioning filer and non-filer status.

8. The rates should type written or clear and legible. In case of cutting, signature be must. 9. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. 10. The blacklisted firms are not allowed to participate in the tender. 11. The firms will have to supply the sanction items as and when require during the period of

contract for which a separate supply order will be given. 12. If sample will be demanded, the bidders will have to provide samples in the meeting before

the opening of financial bid, otherwise the next tender bidder will preferred and the CDR of the firm will forfeited who will not provide the rates.

13. The approved rates will be considered for the whole year and no claim of currency fluctuation be accepted during the current year.

14. After opening of the financial bid, that bidder reserves the right to take back his bid, in case the other bidder is willing to supply the items on the same rates before preparation of comparative statement and finalization of tender as per tender proceedings, otherwise the security/CDR can be forfeited.

15. All the purchase process will be according to PPRA Rules-2014 single stage two envelope system. The technical offer will be opened at the spot while the financial offer will be opened after the report of technical committee. The technical proposal and financial proposal must be in separate envelopes, otherwise the tender will not be acceptable.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

Rate Contract for

EMG, EEG, MRI, Lithotripsy

OFFICE OF THE

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

NO________________________NSSSH DATE_____________________

Tender for Purchase of MRI, EEG, EMG, NCS, LITHOTRIPSY for the Financial Year

2016-2017

INVITATION FOR BIDS

Tender Price Nonrefundable Rs.1000/-

Last date and time of receiving of tender (22.06.15 at 11.00 am)

Date and time of opening of tender (22.06.15 at 12.00 pm)

Call deposit 3%

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals the well

reputed firms for the supply of MRI, EEG, EMG, NCS, LITHOTRIPSY on free delivery to

Consignee’s and basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.1000/-

(One Thousand only). Bidding documents shall be issued up to (22.06.2016 11:00 am) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 22.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 12..00pm in the presence of the bidders or their authorized preventative. 4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The tender is unsigned.

(4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed,

suspended or removed from the approved list. (8) The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NSSSH MULTAN ROAD LAHORE

INSTRUCTIONS TO BIDDERS 1. Eligible bidders: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers /Sole Agents of Foreign

Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole agent must possess a valid authorization from

the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. Single Stage – Two Envelopes Bidding Procedure shall be applied:

i. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the

Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters

to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do not

conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the

bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly

open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS

3. Content of Bidding Documents

i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.50/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement Rules, 2014.

ii The bidder is expected to examine all instructions, forms, terms, and specification in the bidding documents.

Iii Failure to furnish all information required by the bidding documents of 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.

4. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the

hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no

later than ten (10) days prior to the deadline for the submission of bids prescribed in identifying the source of inquiry shall be sent to all

prospective bidders that have received the bidding documents.

5. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at

its own initiative of in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment.

All prospective bidders that have received the bidding documents shall be notified of the amendment in writing of by

phone, and shall be binding on them.

PREPATATION OF BIDS

6. Documents Comprising the Bid: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied by the bidder are eligible goods and

conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. Bid Form & Price Schedule: The bidder hall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods

to be supplied, a brief description of the goods, their strength, packing quantity , and prices.

8. Bid Prices:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must be initialed. Every page is to be signed and

stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided in the Form of price Schedule and Technical

Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST)and other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase

in price due to market fluctuation in the cost of goods and services shall be entertained.

9. Documents Establishing bidder’ S Eligibility and Qualification:

i. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to bid and its qualifications to perform the contract if

its bid is accepted.

ii. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its

bid, is an eligible as defined under instruction to the bidders

iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualification to perform the Contrast if bid is accepted shall

establish to the hospital satisfaction:

iv. The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary

proof including drug manufacturing license/ registration certificate, to the effect that they are the original manufacturer of the required specifications of

goods, shall be provided.

v. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in

the tender.

vi. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government

(Federal/provincial/District),a local body or a public Sector organization. The bidder shall be debarred from bid on account of submission of false

statement.

vii. The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder/ Manufacturer

should have availability in the market minimum for the last one Year. Documentary proof shall have to be provided in this regard.

viii. The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they have quoted their rates in

the Financial Proposals.

ix. The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents

of all goods, which the bidder proposes to supply under the Contract.

11. Submission of sample: The bidder must provide two (02) samples (commercial packs) of MRI, EEG, EMG, NCS,LITHOTRIPSY (free of cost) for

evaluation No technical proposal/bid shall be considered if the samples will not be provided and will result in the rejection of offer.

12. Bid Security:

i The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the name of Medical Superintendent

NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the

contract.

ii The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant

to instruction to bidders.

Iii The Bid Security may be forfeited:

(a) If a bidder withdraws its bid during the period of bid validity; or

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

I To sign the Contract in accordance with instruction to bidders. OR

Ii To complete the supplies in accordance with the General Condition of Contract.

13. Bid Validity:

i Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period

shall be rejected as non-responsive.

ii The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional

circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to

extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

Iii bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid Securities (earnest money).

14. Format and Signing of Bid:

I The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended

printed literature.

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

SUBMISSION OF BIDS

15. Sealing and Marking of Bids:-

I The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopes shall:

m. Be addressed to the Medical Superintendent NSSSHL and;

n. Bear the name and number indicated in the Invitation for Bids.

Ii 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”.

Iii If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s

misplacement or premature opening.

16. Deadline for Submission of Bids:- Bids must be submitted by the bidder and received and received by the Hospital, no later than the time and date specified

in the Invitation for Bids. The Medical Superintendent NSSSHL may, at its discretion, extend this deadline for the submission of bids by amending the bidding

documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall

thereafter be subject to the deadline as extended.

17. Late Bid:- Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.

18. Withdrawal of Bids:- The bidder may withdraw its bid after the bid’ s submission and prior to the deadline prescribed for submission of bids. No b id may be

withdraw in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders.

Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. Opening of Bids:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall in the presence of bidders’ representatives who choose to attend

at 11.30 13.06.2015 am in the Committee Room NSSSHL. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their

attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the

evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if considered 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. However, at the opening of Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced to the bidder; even they qualified in the

evaluation of technical proposal. However, prior to return to the bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. Clarification of Bids;- During evaluation of the bids, the Authority 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.

21. Preliminary Examination;- All the bids shall be examined to determine whether they are complete, whether any computational errors have been made, whether

required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the

Errors, its bid shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall

prevail. ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived

provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive by the bidder by correction of the none conformity .

22. Evaluation & comparison of bids:-

i Substantially responsive bid shall be evaluated and compared. ii The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports , previous experience ,

financial soundness and such other details as the authority ,at its discretion , may considered appropriate ,shall be considered

.however ,the evaluation of the financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding

documents. iv. 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.

23. Evaluation Criteria:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience, financial soundness

and such other details as the authority, at its discretion many consider appropriate shall be taken into consideration. The following merit point system for

weighing evaluation factors/ criteria shall be applied for the TECHNICAL PROPOSALS. THE number of points allocated to each factor shell be specified in the Evaluation report.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE EVALUATION CRITERIA FOR TECHNICAL PROPOSAL OF MRI, LITHOTRIPSY AND EEG/EMG/NCS TESTS

S.# ASSESSMENT PARAMETERS MARKS

1. NTN No. & GST registration and copy thereof NTN No. = 05 GST No. = 05 Professional Tax Certificate = 05

15

2. Financial Soundness of the firm

Income tax paid certificate = 04

Balance Sheet = 03

Bank Statement = 03 If balance sheet and bank statement both are deposited then only marks of balance sheet (12 marks) would be counted. Tapering down phenomenon regarding of marks shall be applied on competitive firms.

10

3. Establishment of Centre with reference to the service. More than 05-years = 10

03-05 years = 05

01-03 years = 03

10

4. Overall reputation in reference to the service

Shall be envisaged by following criteria:-

No. of reference / certificates provided regarding performance of the service from head of the concerned institute/hospital. Reference / Certificate of the service shall be verified by the department independently.

Private Sector + Public Sector = 10

Public Sector = 05

Private Sector = 05

10

5. Certification with reference to standard of quality

Certificate

Any two certificate = 05

Any one certificate = 05 PESSI Doctor/ Specialist

20

6. Availability of Machines with reference to the service a) MRI Machine

i. 01 Machine = 05 ii. 02 Machine = 10

15

7. Availability of technical staff with reference to the service

a) MRI Reporting i. Qualified Radiologist = 10 b) Number of technical staff = 05

i. At least two technical staff members = ii. One additional number for every additional technical member shall be granted with maximum up-to. =

10 c) Provision of Certificate that in case of non-functioning/ failure of the MRI/EEG/LITHOTRIPSY Machine of the

center the patients will be accommodated at other center by the firm.

20

TOTAL 100

NAME OF BIDDER:_______________________

CNIC NO: _______________________________ Address:_________________________________

Signature &Stamp: _________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the technical scores

obtained by their technical proposal, and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 65%

or were considered non-responsive, that their financial proposals shall be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders that they have secured the minimum qualifying marks, the date, time and location for opening

the financial proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be

opened and the quoted price read aloud and recorded if appropriate.

24. Qualification & disqualification of bidder; - A bidder shall be disqualified if it would be finding, at any time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.

25. Rejection of bids: the medical superintendent shall upon re quest 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. The hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.

26. Announcement of Evaluation Report :- the results of bid evaluation shall be declared prior to the award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days prior to the award of procurement contract.

Award of contract 27-Acceptance of Bid and Award Criteria:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the provincial Government, shall

be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016 which may further be extendable for period of another three months.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in

the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover it will replace the unconsumed expired stores without

any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price difference shall be paid

by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning, Dumping, Incineration.

28- Submission of Samples: - A-The bidder is required to provide two (02) samples (commercial packs, free of cost) for evaluation, failing which the offer shall not be considered.

B - Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption however, supply

order will be issued in favor of the graded firms on monthly basis with revised quantity of medicines in view of the availability of the budget.

29. Inspections and Test / Analysis:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications approved samples, etc, even

if it is of standard quality, the goods may be rejected, and the supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed

within 10 days from the date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of security of the concerned installment would be forfeited and the firm shall be blacklisted minimum for one

year. However, if the entire supplies / installments are declared as of against the required specifications, the earnest money / entire

performance security shall be forfeited and the firm shall be blacklisted minimum for two years.

30. Transportation: - Transportation including loading / unloading of goods shall be arranged and paid for by the supplier.

31. Subcontracts: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract. 32. Delays in the Supplier’s Performance: - Delivery of the goods shall be made by the Supplier in accordance with the prescribed time

schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the

goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical

Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the

extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of

liquidated damages.

33. Penalties / liquidated Damages:- In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late

delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of

supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fails to provide the Item the payment of risk purchase from the market (which will be purchased by the Consignee) the

price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed penalty, as per following schedule of requirements:-

34. Termination for Default:- The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice

of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within

the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or

in executing the Contract.

a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase

the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of

contract / blacklisting of the defaulting \ firm.

b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank Draft, Pay Order

or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid found deficient of the bid Security shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if

any), if available, shall not be considered or carried forward.

35. Delivery and Documents: - The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i. Original copies of Delivery Note / Chillan (in triplicate) showing item’s description, batch No(s), Registration No, manufacturing and expiry

date and quantity.

ii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration No,

manufacturing and expiry date, quantity, per unit cost, and total amount.

iii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of

GST and total amount with GST.

36. Incidental Services: - The following incidental services shall be provided and the cost of which should include in the total bid price. a) The following wording / insignia shall be printed in bold letters in Urdu / English in indelible red color ink on each carton, pack, bottle,

devices, tubes, etc.

“PESSI PROPERTY NOT FOR SALE”

b) In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered supply

shall be imposed upon the Supplier.

37. Arbitration and Resolution of Disputes:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final.

Note:

All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL

CHECK LIST

Sr. No Description Sr. No. /Page No. of

the Tender Submitted

YES NO

113. Receipt

114. Copy of National Identity Card

115. Call deposit Receipt

116. Suppliers Authorization Letter

117. Price Reasonability Certificate

118. Price list (duly attested)

119. Sole Proprietary Certificate in case of items of Propriety nature.

120. Letter of Authorization from the manufacture / foreign Principal

121. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

122. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

123. Certificate of National Tax Number

124. Samples of quoted item

125. Technical bid (separate envelope)

126. Financial bid (separate envelope )

127. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

128. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER CON WORTH Rs.50/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 22.06.2016 for the supply of MRI, EEG, EMG, NCS, LITHOTRIPSY for NSSSH

as advertised in the tender notice as well as those contained in the bid Performa and the Punjab procurement

Rules, 2014 (ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the

essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the

recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by

hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2015-2016 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful

completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid

opening under instruction to the bidders, and it shall remain binding upon us and may be

accepted at any time before the expiration of that period. Until a formal contract is prepared

and executed, this bid, together with your written acceptance thereof and your notification of

award shall constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Government of Punjab, the Health Department

(hereinafter referred to as the” Procuring Agency”) of the first part; and M/s (firm name) a firm registered under the laws of Pakistan and

having its registered office at (address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name); being the

manufacturer/ sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item(s); and whereas the

procuring Agency has accepted the bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

46. In this contract words and expressions shall have the same meanings as are respectively assigned to them in the General /special

contraction of this contract hereinafter referred to as “Contract”:

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

EE. Price schedule submitted by the bidder,

FF. Technical specification;

GG. General conditions of contract;

HH. Special conditions of contract; and

II. Procuring Agency s Award of contract; and

JJ. Purchase order

48. In consideration of the payments to be made by the procuring Agency to be made by the procuring Agency to the supplier as

hereinafter mentioned, the supplier hereby covenants with the procuring Agency to provide the goods and services and to remedy

defects therein in conformity in all respects with the provision of this contract.

49. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of the goods and services and the

remedying of defects therein, the contract price or such other sum as may become payable under the provisions of this contract at

time and in the manner prescribed by this contract.

50. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure,

misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. it agrees

that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice

to any other right and remedies available to procuring Agency under any law, contract or other instrument, be void able at the

option of procuring Agency.

51. In case of any dispute concerning the interpretation and /or application of this contract shall be settled through arbitration. The

medical superintendent NSSSH 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.

52. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.

53. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from market, the price difference shall

be by the firm.

54. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, dumping, incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________(the place) and shall enter

into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________ 1 ________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE Tender For MRI For the Year 2015-2016

S.N

O

NAME OF REGION RATE WITH

OUT

CONTRAST

RATE

WITH

CONTRAST

Approximate

Patients’2015-

2016

Total

Amount

1. Brain 350

2. Pituitary targeted If REQUIRED

3. Internal Auditory Canal If REQUIRED

4. T.M Joint If REQUIRED

5. Cervical spine 150

6. Thoracic /Dorsal Spine 100

7. Lumbosacral Spine 50

8. Thoracic Lumbar Junction 20

9. Chest/Abdomen /Prostate 10

10. Pelvis 10

11. Knee joints/Ankle/Hip

Joint

15

12. Shoulder joints 10

13. Face 10

14. Neck 10

15. Arm/Wrist 10

16. Foot 15

17. MR Angio Renal Arteries If REQUIRED

18. MRCP 05

19. MRA Carotids If REQUIRED

20. MRA Circle of Willis If REQUIRED

21. MRA Brain/Neck If REQUIRED

22. Internal Auditory Meatus If REQUIRED

NAWAZ SHARIF SOCIAL SECURITY HOSPITALMULTAN ROAD LAHORE

TENDER FOR E.E.G,EMG,NCS FOR THE YEAR 2015-2016

SR.# DESCRIPTION RATE APPROXIMATE

PATIENTS’

2015-2016

TOTAL

AMOUNT

1. EEG Simple 300

2. EEG sleep recording If REQUIRED

3. EEG with brain moping If REQUIRED

4. E.M.G Studies 50

5. N.C.S Studies 50

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender For Lithotripsy For the Year 2015-2016

S.No NAME OF

TEST/PROCEDURE STONE

SIZE

RATE Approximate

Patients’

2015-2016

Total

Amount

1. LITHOTRIPSY 1mm to

9mm 50

1.0cm to

1.9cm

50

2.0cm to

above

20

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender For MRI For the Year 2016-2017

Sr.No Name of Region RATE WITH

OUT

CONTRAST

RATE WITH

CONTRAST

Approximate

patients’

2015-2016

Total

Amount

1. Brain 480 2640000/-

2. Pituitary targeted 01 5500/-

3. Internal Auditory Canal 01 5500/-

4. T.M Joint 01 5500/-

5. Cervical spine 170 935000/-

6. Thoracic /Dorsal Spine 100 550000/-

7. Lumbosacral Spine 60 300000/-

8. Thoraco Lumbo Junction 20 110000/-

9. Chest/Abdomen /Prostate 15 82500/-

10. Pelvis 15 82500/-

11. Knee joints/Ankle/Hip Joint 15 82500/-

12. Shoulder joints 10 55000/-

13. Face 10 5500/-

14. Neck 10 55000v

15. Arm/Wrist 10 55000/-

16. Foot 15 82500/-

17. MR Angio Renal Arteries 01 5500/-

18. MRCP 05 27500/-

19. MRA Carotids 01 5500/-

20. MRA Circle of Willis 01 5500/-

21. MRA Brain/Neck 01 5500/-

22. Internal Auditory Meatus 01 5500/-

Total 5156500/-

NAWAZ SHARIF SOCIAL SECURITY HOSPITALMULTAN ROAD

LAHORE

Tender For E.E.G,EMG,NCS For the Year 2016-2017

SR.# DESCRIPTION RATE Approximate Patients’

2016-2017

Total Amount

1. EEG Simple 2000 300 600000/-

2. EEG sleep recording 2000 02 4000/-

3. EEG with brain moping 2500 02 5000/-

4. E.M.G Studies 4000 35 140000/-

5. N.C.S Studies 4000 35 140000/-

Total 889000/-

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE.

Tender For Lithotripsy For the Year 2016-2017

S.No NAME OF

TEST/PROCEDURE

STONE

SIZE

RATE Approximate

Patients’

2016-2017

Total

Amount

1. LITHOTRIPSY 1mm to

9mm

7,900 50 395000

1.0cm to

1.9cm

10,000 50 500000

2.0cm to

above

12,500 20 2500000

Total 3395000

Rate Contract for

Hospital Stationery Items

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD, LAHORE

NO________________________NSSSH DATE_____________________

Tender for Purchase of Stationery Items for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Non refundable Rs.1000/-

Last date and time of receiving of tender (22.06.16 at 11.00 am)

Date and time of opening of tender (22.06.16 at 12.00 pm)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals the well reputed

firms for the supply of Stationery on free delivery to Consignee’s and basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.500/-

(Five Hundred only). Bidding documents shall be issued up to (22.05.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 22.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 11.30am in the presence of the bidders or their authorized preventative. 4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The tender is unsigned.

(4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed,

suspended or removed from the approved list. (8) The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPI

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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

separately the Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and

communicated to the bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF STATIONARY ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

1. Physical report Quality of material

10

2. NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

3. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

4. Establishment of company/firm with reference to the Services.

More than 05-years =08

03-05 years =05

01-03 years =03

20

5. *

Past performance of the bidder with Hospital

Execution of supply order 100%

Execution of supply order 50%

Execution of supply order less than100% and more than 50%

10

10

05

08

6. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier. 31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in accordance

with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding

timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case

the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.

33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special Conditions of

Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of

supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides

substandard item and fails to provide the Item the payment of risk purchase from the market (which will be purchased by the Consignee) the price difference shall be paid by the firm.

The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed penalty,

as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written

notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under

the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract. a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase

the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of

contract / blacklisting of the defaulting \ firm. b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the

contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid found deficient of the bid Security

shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if

available, shall not be considered or carried forward. 35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end

for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No, manufacturing and expiry

date and quantity.

ii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration No, manufacturing

and expiry date, quantity, per unit cost, and total amount.

iii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of

GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be

imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final. Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 08.06.2016 for the supply of Stationary items for NSSSH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the

essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the

recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by

hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2015-2016 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO,

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful

completion of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid

opening under instruction to the bidders, and it shall remain binding upon us and may be

accepted at any time before the expiration of that period. Until a formal contract is prepared

and executed, this bid, together with your written acceptance thereof and your notification of

award shall constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees

Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first party;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at

(address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where

of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary

services offered to supply the required item(s); and whereas the procuring Agency has accepted the

bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

this contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the

procuring Agency to provide the goods and services and to remedy defects therein in conformity

in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of

the goods and services and the remedying of defects therein, the contract price or such other sum

as may become payable under the provisions of this contract at time and in the manner prescribed

by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege

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

other right and remedies available to procuring Agency under any law, contract or other

instrument, be void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________

(the place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF STATIONARY ITEMS

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender should be sent in the name of Medical Superintendent, Nawaz Sharif Social

Security Hospital, Lahore. 3. The tender will be opened in the presence of tender representatives/bidders on

____________at 11:00 AM after receiving from the bidders on the same day. 4. All the procurement procedures will be strictly according to the PPRA rules, 2014. 5. Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall be

marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. The bidders will deposit 3% as bid security/deposit at call of estimated price which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

7. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

8. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

9. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.

10. The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly signed at the bottom.

11. The blacklisted firms are not allowed to participate in the tender. 12. The firms will have to supply the sanction items as and when required during the period of

contract for which a separate supply order will be given. 13. The bidders will have to provide samples with the technical bid, otherwise the next tender

bidder will preferred and the CDR of the firm will be forfeited who will not provide the samples.

14. The approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.

15. No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bids that do not change the substance of the bid.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Moreover, it will replace unconsumed stores without any further charges.

17. The supplies shall be delivered within 15 days w.e.f the next date of issue of supply order. 18. In case of late supply from the prescribed date, half percent weekly or two percent monthly

penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

19. If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.

20. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

The Medical Superintendent, Nawaz Sharif Social Security Hospital, Lahore may reject all bids at any time prior to acceptance of bid or proposal.

The Medical Superintendent , Nawaz Sharif Social Security Hospital, Lahore shall upon request communicate to any bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital, Lahore shall be final.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITALMULTAN

ROAD LAHORE

TENDER FOR STATIONERY ITEMS

FOR THE YEAR, 2016-17

SR. NO.

NAME OF ITEM

SPECIFICATION Quantity

Unit Price

Estimated

Price

Total Amount

1. Calculator 12-digits casio/citizen best quality

24 279 6696

2. Duplicating paper 80gm

3. Paper weight 2x2” marble 50 20 1000

4. Diary stand plastic fine 24 110 2640

5. Scotch tape 50yards 24 53 1272

6. Scotch tape small size 120 18

7. Fine quality (maximum for flap pad) as per sample Dak Pad

24 280 3360

8. Thumb pin/drawing pin

50-pin pack 50packs

14 700

9. Pen stand marble 7x4 6 180 1080

10. Damper ---- 48 20 960

11. Marker highlight stablo boss/dollar equivalent goden, silver marker

100 24 2400

12. Attendance register 8½x13size 150 pages 80gm paper

24 139 3336

13. Ball pencil blue, black and red (Piano fellow)

6700 7 42000

14. Glaze paper (Blue ) 27x47, 55gm 1500 2 2000

15. Common Pins China size No.2 (2oz weight) fine point

600 15 9,000

16. Carbon paper (Branded ) 84 280 23,520

17. Envelopes Kraft 80gm, brown size 9x4 2400 0.75 1872

18. Envelopes Kraft 80gm waterproof 15x10 2400 2 4800

19. Envelops Kraft 80gm white size 9x4 2400 1.50 3600

20. Envelops Kraft 80gm file size 500 2 1000

21. Office file cover VIP printed with hospital monogram with eye hole on the left top (as per sample)

3600 8 28,800

22. Boarded file double fine board solid had 1000 27 27000

23. File board with flapper

---- 2400 16 31400

24. Gum Dollar size 142gm 250 17 4250

25. Ink (Stamp pad

dollar)

small violet/red 150 24 3600

26. Ink Dollar all color blue/red large size 100 19 1900

27. Lead pencil Goldfish H.B. 900 (Dear ZH-900)

180 7 1760

28. Marker Dollar No.90/70 500 24 12000

29. Paper cutter (knife type) 20 33 660

30. Ruled register narrow line 68gm 200 pages 1000 77 7700

31. Ruled register narrow line 68gm 350 pages 600 144 86400

32. Stapler pins dollar No.369 600 19 11400

33. Stapler SDI/MAX Taiwan No.369 60 144 8640

34. Stapler remover SDO/MAX 12 32 384

35. Single Punch fine quality (Taiwan) 12 79 948

36. Typing paper 55gm flying/premier high finish

40 204 8160

37. Lace best quality 12” size fine quality 840 (Guchi)

29 24360

38. Lace best quality 6” size fine quality 840 (Guchi)

12 10880

39. White fluid set pelican 12 157 1884

40. Dispatch registers 300 pages 24 163 3912

41. Dairy registers 300 pages 24 163 3912

42. Rough pad 80 sheet 8½” x 13” 55gm 150 75 11250

43. Stamp pad (Dollar) small 10 39 390

44. File cover plastic find quality black with imported double clip

1200 69 82800

45. Double punch SDI/MAX Taiwan (for 12-sheet punch)

12 169 2028

46. Paper clip 26mm size (Pkt.) 24 18 432

47. Plastic cover for attendance registers 24 22 528

48. Table dairy (Friends) 12 69 828

49. Pin cushion fine tintype 30 20 720

50. Computer paper) 80gm A4 (Double A 240 544 130560

51. Computer paper 80gm legal (Double A) 72 619 44568

52. Sharpener fine 200 6 1200

53. Rubber soft best quality 200 6 1200

54. Noting sheets Fine quilt 36 444 15984

55. Ball point EQT (pointer) 200 20 4000

56. Gel pen Fine quilt 400 33 13200

57. Picasso ballpoint (Pkt.)

Fine quilt 36000 6.40 230400

58. Table set (Marble) 5 645 3225

59. Peon Book Fine quilt 12 47 564

60. Fountain pen Fine quilt 12 36 432

61. Scale steel Fine quilt 100 10 1000

62. Table set plastic 10 745 7450

63. Photocopy Paper A4 80gm 30 287 8610

64. Photocopy Paper Legal 12 344 4128

65. Envelop Brown10x12 Printed 500

66. Dak Envelop Brown Printed 500

67. Glue stick Fine quilt 24

68. Box file Fine quilt 20

69. Sprator Fine quilt 20 set

70. Sub Ledger 1000 pages (Line) 01

71. General Ledger 1000 pages (Line) 01

72. Cash Book 800 Leaves (Line) 01

73. Pilot Gel Pen Grip V7 50

74. Computer paper A4 Size (for IT department) 1440 rim

544 783360

Total 1984 785344

SIGNATURE & STAMP OF BIDDER ______________________________

Rate Contract for

Hospital Printing Items

OFFICE OF THE MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL, MULTAN ROAD, LAHORE

NO________________________NSSSH DATE_____________________

Tender for Purchase of Printing Items for the Financial Year 2016-2017

INVITATION FOR BIDS

Tender Price Non refundable Rs.1000/-

Last date and time of receiving of tender (22.06.16 at 11.00 am)

Date and time of opening of tender (22.06.16 at 12.00 pm)

Call deposit 3% of estimated amount

Venue Conference Room

Nawaz Sharif Social Security Hospital Multan Road Lahore invites sealed bids / tenders from

Manufactures / Authorized Distributors / Importers / Sole Agents of Foreign Principals the well reputed

firms for the supply of Printing Items on free delivery to Consignee’s and basis.

1. Interested eligible bidders may get the bidding document from the office of Account Officer

NSSSHL on submission of written application along with payment of non-refundable fee of Rs.500/-

(Five Hundred only). Bidding documents shall be issued up to (22.05.2016 11:00 AM) only during

working hours.

2. Single stage two envelopes bidding procedure will be adopted. The amount of 3% of the

estimated price of the contract as bids security/ earnest money in the shape of Call Deposit in favor of

Medical Superintendent NSSSHL is required to be submitted with the financial bid, without which the

offer shall be rejected. However copy of CDR will be attached with technical proposal.

3. Sealed bids are required to be brought in person by the authorized representative of the interested

bidders on 22.06.2016 till 11am positively. The bids received till the stipulated date and time shall be

opened on the same day at 11.30am in the presence of the bidders or their authorized preventative. 4. No offer shall be considered if:-

(1) Received without Call Deposit (CDR) (2) received after the date and time fixed for its receipt. (3) The tender is unsigned.

(4)The offer is ambiguous. (5) The offer is conditional. (6)The offer is by telegram. (7) The offer is from a firm black listed,

suspended or removed from the approved list. (8) The offer received with shorter validity than required in the tender inquiry.

5. The bidders are requested to give their best and final prices since, as far as possible.

MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPI

INSTRUCTIONS TO THE BIDDERS

1. ELIGIBLE BIDDERS: This Invitation for Bids is open to all Manufactures / Authorized distributors / Importers

/Sole Agents of Foreign Principals/well reputed firms on Delivery to Consignee’s end basis. The importer / sole

agent must possess a valid authorization from the Foreign Principal / Manufacturer.

THE BIDDING PROCEDURE

2. SINGLE STAGE – TWO ENVELOPES BIDDING PROCEDURE shall be applied:

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

separately the Financial Proposal and the Technical Proposal.

ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in

bold and legible letters to avoid confusion.

iii. Initially, only the envelope marked “FINANCIAL PROPOSAL” shall be opened.

iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital

without being opened.

v. The hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal

which do not conform to the specified requirements.

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

vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and

communicated to the bidders in advance.

viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid

validity period, publicly open the financial proposals of the technically accepted bids only.

ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the

respective bidders.

x. The bid found to be the lowest evaluated bid shall be accepted.

THE BIDDING DOCUMENTS 3. CONTENT OF BIDDING DOCUMENTS

A. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to

the Invitation for Bids, the bidding documents shall include:-

a. Instructions to bidders

b. Schedule of Requirements

c. Technical Specifications

d. Contract Form

e. Manufacture s Authorization form

f. Proprietary Certificate in case of sole manufactured /imported items.

g. Bid Form

h. Price Schedule

i. Manufacturing License

j. Price Reasonability Certificate

k. Certificate on Stamp Paper of worth Rs.100/-

l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement

Rules, 2014.

B. The bidder is expected to examine all instructions, forms, terms, and specification in the bidding

documents.

C. Failure to furnish all information required by the bidding documents of 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.

4. CLARIFICATION OF BIDDING DOCUMENTS: A prospective bidder requiring any clarification of the

bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for

clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the

submission of bids prescribed in identifying the source of inquiry shall be sent to all prospective bidders that have

received the bidding documents.

5. AMENDMENT OF BIDDING DOCUMENTS: At any time prior to the deadline for submission of bids, the

hospital, for any reason, whether at its own initiative of in response to a clarification requested by a prospective

bidder may modify the bidding documents by amendment. All prospective bidders that have received the bidding

documents shall be notified of the amendment in writing of by phone, and shall be binding on them.

PREPATATION OF BIDS

6. DOCUMENTS COMPRISING THE BID: The bid shall comprise the following components:

a) Bid Form and Price Schedule completed in accordance with instruction to bidder is (to be submitted along

with financial proposal)

b) Documentary evidence established in accordance with instruction to bidders 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 bidders that the goods to be supplied

by the bidder are eligible goods and conform to the bidding documents; and

d) Bid Security, if any furnished in accordance with instruction to bidders,

7. BID FORM & PRICE SCHEDULE: The bidder hall complete the Bid Form and an appropriate Price Schedule

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

strength, packing quantity , and prices.

8. BID PRICES:

i. The bidder shall indicate on the appropriate Price Schedule the Unit Price, it proposes to supply under the

Contract.

ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration/correction must

be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must

be mentioned. Serial number of the quoted item may be marked with red/yellow marker.

iii. The bidder should quote the prices of goods according to the strength/technical specifications as provided

in the Form of price Schedule and Technical Specifications. The specifications of goods, different from

the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and

other 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 Hospital.

v. Prices offered should be for the whole financial Year. Conditional offer shall be considered as non-

responsive bidder.

vi. While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market

should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and

services shall be entertained.

9. DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY AND QUALIFICATION:

a) The bidder shall furnish, as part of its technical bid, documents establishing the bidder’ eligibility to

bid and its qualifications to perform the contract if its bid is accepted.

b) The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction

that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the

bidders

c) The documentary evidence (to be submitted along with technical proposal) of the bidder’s

qualification to perform the Contrast if bid is accepted shall establish to the hospital satisfaction:

d) The Sole Agent/ Importer shall have to produce letter of authorization from Manufacturer (Foreign

Principal) and in case of Manufacturer, documentary proof including drug manufacturing license/

registration certificate, to the effect that they are the original manufacturer of the required

specifications of goods, shall be provided.

e) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary

proof shall have to be provided by each bidder in the tender.

f) The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted

on any ground by any Government (Federal/provincial/District),a local body or a public Sector

organization. The bidder shall be debarred from bid on account of submission of false statement.

g) The bidder should have minimum one-year experience in the market. Similarly, it is mandatory that

the item to be quoted by the bidder/ Manufacturer should have availability in the market minimum for

the last one Year. Documentary proof shall have to be provided in this regard.

h) The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial

number for which they have quoted their rates in the Financial Proposals.

i) The bidder must indicate the registration number, make of country of/ Manufacturer.

10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents:

The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and

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

11. SUBMISSION OF SAMPLE: The bidder must provide two (02) samples (commercial packs) of all the items quoted

as per specifications (free of cost) for evaluation. No technical proposal/bid shall be considered if the samples will not be

provided and will result in the rejection of offer.

12. BID SECURITY:

a) The bidder shall provide 3% of the estimated cost in the shape of CDR along with their quotation in the name

of Medical Superintendent NSSSHL. The bid security of the successful bidder’s shall be retained by the hospital and will be

returned after successful completion of the contract.

b) The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the

security’s forfeiture, pursuant to instruction to bidders.

c) The Bid Security may be forfeited:

(1) If a bidder withdraws its bid during the period of bid validity; or

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

I. to sign the Contract in accordance with instruction to bidders or

II. To complete the supplies in accordance with the General Condition of Contract.

13. BID VALIDITY:

A) Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed

by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.

B) The Hospital shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid

validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is

considered necessary, all those who have submitted their bids shall be asked to extend their respective bid

validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.

C) Bidders who-

(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the

substance of their bids; and

(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without

forfeiture of their bid Securities (earnest money).

14. FORMAT AND SIGNING OF BID:

I -The bidder shall prepare and submit its bid along with original purchase receipt. 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, except for un-amended printed literature.

II- Any interlineations, erase or overwriting shall be valid only if they are initialed by the person or persons

signing the bid.

SUBMISSION OF BIDS

15. SEALING AND MARKING OF BIDS:-

I- The envelopes shall be marked as “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion. The

inner and outer envelopes shall:

a. Be addressed to the Medical Superintendent NSSSHL and;

b. Bear the name and number indicated in the Invitation for Bids.

II- 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”.

III- If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital

shall assume no responsibility for the bid’s misplacement or premature opening.

16. DEADLINE FOR SUBMISSION OF BIDS: - Bids must be submitted by the bidder and received and received by

the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent NSSSHL may,

at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance

with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the

deadline shall thereafter be subject to the deadline as extended.

17. LATE BID: - Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned

unopened to the bidder.

18. WITHDRAWAL OF BIDS: - The bidder may withdraw its bid after the bid’s submission and prior to the deadline

prescribed for submission of bids. No bid may be withdraw in the interval between the deadline for submission of bids

and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this

interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.

OPENING AND EVALUATION OF BIDS

19. OPENING OF BIDS:-

I. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’

representatives who choose to attend the meeting at 12.00pm on ----------- in the Conference Room NSSSHL. The bidders’

representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked

as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion

of the evaluation process.

Ii The bidders’ name, item(s) for which they quoted their rate, serial number of the item and such other details if

considered 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. However, at the opening of

Financial proposal (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. If considered appropriate shall be announced.

iii. The financial bids found having without Bid Security (Earnest Money) shall also be returned unannounced

to the bidder; even they qualified in the evaluation of technical proposal. However, prior to return to the

bidder, statement / reason on such bids shall be record.

iv. The minutes of the bids opening (technical and financial) shall be recorded.

20. CLARIFICATION OF BIDS; - During evaluation of the bids, the Authority 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.

21. PRELIMINARY EXAMINATION;- All the bids shall be examined to determine whether they are complete,

whether any computational errors have been made, whether required sureties have been furnished, whether the documents

have been properly signed, and whether the bids are generality in order.

i. In the financial bids 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 bidder does not accept the correction of the Errors, its bid

shall be rejected, and its security may be forfeited. If there is a discrepancy between words and figures, the amount in

words shall prevail.

ii. any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may

be waived provided such waiver does not prejudice or affect the relative ranking of any bidder .

iii .if a bid is not substantially responsive , it shall be rejected and any may not subsequently be made responsive

by the bidder by correction of the none conformity .

22. EVALUATION & COMPARISON OF BIDS:-

i Substantially responsive bid shall be evaluated and compared.

ii. The evaluation of technical proposal /bid shall be on the basis of previous performances , previous test reports ,

previous experience , financial soundness and such other details as the authority ,at its discretion , may considered

appropriate ,shall be considered .however ,the evaluation of the financial proposal shall be on the basis of price inclusive

of prevailing taxes and duties in pursuant to instruction to bidder and bid security ,

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these

bidding documents.

iv. 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.

23. EVALUATION CRITERIA:-

i. For the purposes of determining the lowest evaluated bid, facts other than price such as performances, previous experience,

financial soundness and such other details as the authority, at its discretion many consider appropriate shall be taken into

consideration. The following merit point system for weighing evaluation factors/ criteria shall be applied for the

TECHNICAL PROPOSALS. THE number of points allocated to each factor shall be specified in the Evaluation report.

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE EVALUATION CRITERIA OF TECHNICAL PROPOSAL FOR TENDER OF PRINTING ITEMS

SR. # ASSESSMENT PARAMETERS MARKS

1. Physical report Quality of material

10

2. NTN No. and GST registration & copy thereof NTN No.=05 GST No.=05

10

3. Financial Soundness of the firm

Income tax paid certificate= 08

Balance Sheet = 12 or

Bank Statement = 08 If balance sheet and bank statements both are deposited then only marks of balance sheet (12marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms

20

4. Establishment of company/firm with reference to the Services.

More than 05-years =08

03-05 years =05

01-03 years =03

20

5. *

Past performance of the bidder with Hospital

Execution of supply order 100%

Execution of supply order 50%

Execution of supply order less than100% and more than 50%

10

10

05

08

6. Overall reputation Certificate in reference to the Services

Private Sector + Public Sector =10

Public Sector =05 o Private Sector=05

10

7. Undertaking on judicial paper that firm is not blacklisted in any Govt./Autonomous Body in last two years

20

TOTAL 100

Name of the Bidder ___________________

No. of item_________________

Name of item _________________________________________

Signature & Stamp_________________________________

iii. After technical evaluation is completed, the bidders who have submitted proposals shall be informed about the

technical scores obtained by their technical proposal, and shall notify those bidders whose proposal did not meet

the minimum qualifying mark which is 65% or were considered non-responsive, that their financial proposals shall

be returned unopened after completing the selection process. It shell be simultaneously notified in writing to the bidders

that they have secured the minimum qualifying marks, the date, time and location for opening the financial

proposals. Bidder’s attendance at the opening of financial proposals is optional.

iv. 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 marks shall then be opened and the quoted price read aloud and recorded if appropriate.

24. QUALIFICATION & DISQUALIFICATION OF BIDDER; - A bidder shall be disqualified if it would be

finding, at any time, that the information submitted by him concerning his qualification was false and materially

inaccurate or incomplete.

25. REJECTION OF BIDS: the Medical Superintendent shall upon re quest 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. The hospital incurs no

liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given

promptly to the concerned bidders that submitted bids.

26. ANNOUNCEMENT OF EVALUATION REPORT :- the results of bid evaluation shall be declared prior to the

award of procurement contract in the form of report giving justification for acceptance or rejection or bids at least, ten, days

prior to the award of procurement contract.

AWARD OF CONTRACT 27-ACCEPTANCE OF BID AND AWARD CRITERIA:-

The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the

provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid

validity. The approved rates will remain valid up to 30.06.2017 which may further be extendable for period of another

three months.

1. The supply will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids/Substandard/ Spurious/Misbranded/ Expired. Moreover

it will replace the unconsumed expired stores without any further charges.

2. If the firms provide Sub-standard items and fail to provide the item the payment of Risk Purchase, the price

difference shall be paid by the firm.

3. In case of supply of substandard product the destruction cost will be borne by the firm i.e. Burning,

Dumping, and Incineration.

28- SUBMISSION OF SAMPLES: - A-The bidder is required to provide two (02) samples (commercial packs, free

of cost) for evaluation, failing which the offer shall not be considered.

B - ADVERTISED QUANTITY: The quantities advertised against each item is tentative based on previous year’s

consumption however, supply order will be issued in favor of the graded firms on monthly basis with revised quantity

of medicines in view of the availability of the budget.

29. INSPECTIONS AND TEST / ANALYSIS:-

i. The inspection committee shall inspect the quantity and specifications of the items supplied.

ii. The Supplier will be responsible for free replacement of stocks if the same is not found to be of the same

specifications as required in the invitation of Bids, Moreover, it will replace the unconsumed expired stores without

any further charges.

iii. If the Goods supplied are found during physical examination / inspection to be against the required specifications

approved samples, etc, even if it is of standard quality, the goods may be rejected, and the supplier shall either

replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required

specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 10 days from the

date of communication of decision to the manufacturer /Supplier by the Hospital. In case after replacement or

alteration, the inspection committee again declare the item as of against the required specifications, the supply would

completely be rejected and the proportionate amount of security of the concerned installment would be forfeited

and the firm shall be blacklisted minimum for one year. However, if the entire supplies / installments are declared

as of against the required specifications, the earnest money / entire performance security shall be forfeited and the

firm shall be blacklisted minimum for two years.

30. TRANSPORTATION: - Transportation including loading / unloading of goods shall be arranged and paid for by

the supplier. 31. SUBCONTRACTS: - The Supplier shall not be allowed to sublet the job and award subcontracts under this contract.

32. DELAYS IN THE SUPPLIER’S PERFORMANCE: - Delivery of the goods shall be made by the Supplier in accordance

with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding

timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of delay, its likely duration and its cause(s).

The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render

the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of

liquidated damages. 33. PENALTIES / LIQUIDATED DAMAGES: - In case of late delivery beyond the presented period, penalty as specified in Special Conditions of

Contract shall be imposed upon the supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late

delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides

substandard item and fails to provide the Item the payment of risk purchase from the market (which will be purchased by the Consignee) the

price difference shall be paid by the firm. The supplier shall be delivered within 10 days after the next date of issue of purchase order (without penalty), and with prescribed penalty,

as per following schedule of requirements:-

34. TERMINATION FOR DEFAULT:- The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written

notice of default sent to Supplier , may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s)under

the Contract and if the Supplier , in the judgment of procuring Agency has engaged in corrupt or fraudulent practices in competing for or in

executing the Contract. a) In case the firm fails to execute the contract / supply order satisfactorily with the hospital, the institution reserves the right to purchase

the item from the market at the risk and cost of defaulting firm. The hospital also reserves the right for the suspension / cancellation of

contract / blacklisting of the defaulting \ firm. b) If the firm fails to execute the contract / supply order satisfactorily then the hospital reserves the right to forfeit the security of the

contractor and may award the contract to the second lowest.

c) The bidder shall provide 2% of the quoted value in the shape of CDR along with their quotation in the shape of Bank Draft, Pay Order or Call Deposit in the name of Medical Superintendent Nawaz Sharif Social Security Hospital. The Bid found deficient of the bid Security

shall not be considered and the offer will be rejected. No personal cheque shall be acceptable. The previous bid Security (if any), if

available, shall not be considered or carried forward. 35. DELIVERY AND DOCUMENTS: - The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end

for verification and onward submission to quarter concerned, duly completed in all respect for payment.

i. Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No, manufacturing and expiry

date and quantity.

ii. Original copies of the Suppliers’ invoices (in triplicate) showing warranty, name of item’s description, Batch No, Registration No, manufacturing

and expiry date, quantity, per unit cost, and total amount.

iii. Original copies of the sales Tax Invoices (where applicable) in duplicate, item’s description, quantity, per unit cost (without GST), amount of

GST and total amount with GST.

36. In case of late delivery of goods beyond the period specified, Penalty @ 2% per month, 0.067% per day of the cost of late delivered supply shall be

imposed upon the Supplier.

37. ARBITRATION AND RESOLUTION OF DISPUTES:-

In case of any dispute, decision of the Medical Superintendent Nawaz Sharif Social Security Hospital would be final. Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc., shall be governed by the Punjab Procurement Rules, 2014.

MEDICAL SUPERINTENDENT NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

CHECK LIST

Sr. No Description Sr. No. /Page No. of the Tender Submitted

YES NO

1. Receipt

2. Copy of National Identity Card

3. Call deposit Receipt

4. Suppliers Authorization Letter

5. Price Reasonability Certificate

6. Price list (duly attested)

7. Sole Proprietary Certificate in case of items of Propriety nature.

8. Letter of Authorization from the manufacture / foreign Principal

9. In Case of sole agent/ importer. Undertaking on stamp paper of worth Rs.50 that firm is not black listed.

10. Certificate on stamp paper Rs.50 duly filled (attached along with tender at page No.9)

11. Certificate of National Tax Number

12. Samples of quoted item

13. Technical bid (separate envelope)

14. Financial bid (separate envelope )

15. Copy of the technical bid on the CD in Excel format along with the written technical offer in the technical Proposal. (Technical proposal envelope)

16. Copy of the financial bid on the CD in Excel format along with the written financial offer in the financial Proposal. (Financial proposal envelope)

Signature of the bidder: _________________________ Stamp of the firm; ______________________________

CERTIFICATE ON STAMP PAPER CON WORTH Rs.100/-

1. We here by confirm that we have read carefully the description of the stores and all the terms and conditions

of your tender enquiry due for opening on 08.06.2016 for the supply of Stationary items for NSSSH as advertised

in the tender notice as well as those contained in the bid Performa and the Punjab procurement Rules, 2014

(ppra-2014). We agree to abide by all instruction/ conditions.

2. We here by confirm to adhere to the delivery period required in the tender enquiry which would be the

essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the

recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by

hospital to cop up the delayed supply.

3. Certified that the prices quoted against tender are not more than the trade price or the price charged

from any other Government/Autonomous in institution in the financial year 2015-2016 and in case of any

discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.

4. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-

consumption.

5. We are not defaulter/black listed of any Government/autonomous institution at any time.

Name of bidder __________________

Signature ________________________

Company stamp___________________

FIRM BIODATA

NAME OF THE FIRM ______________________________________

NAME OF THE AUTHORIZED PERSON _________________________

(Authority letter must be attached)

SIGNATURE OF THE TENDERER _______________________________

POSTAL ADDRESS __________________________________________

TELEPHONE NO. OFFICE _______________ MOBILE NO.___________

SALES TAX REGISTRATION NO. ________________________________

N.I.C NO.__________________________________________________

NTN._____________________________________________________

STAMP OF THE FIRM ________________________________________

BID FORM DATE: ________ NO.__________

TO,

The Medical Superintendent N.S.S.S.H Multan Road Lahore.

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

we, the undersigned, offer the supply and deliver the goods specified in conformity with the

said Bidding Documents.

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

schedule specified in the schedule of Requirements. If our bid is accepted, we agree that call

deposit of the firm shall be retained by the hospital as a security for the successful completion

of the contract.

We agree to abide by this bid for a period of six months from the date fixed for bid opening

under instruction to the bidders, and it shall remain binding upon us and may be accepted at

any time before the expiration of that period. Until a formal contract is prepared and executed,

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

constitute a binding contract between us.

We understand that the procuring Agency is not bound to accept the lowest or any bid.

Name: _______________________________ _

Signature: ______________________________

Stamp of the Firm: _______________________

CONTRACT FORM

THIS CONTRACT is made at _____on_____ day of_____ 200___, between the Punjab Employees

Social Security Institution PESSI (hereinafter referred to as the” Procuring Agency”) of the first party;

and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at

(address of the firm) (hereinafter called the “supplier”) of the second part (hereinafter referred to

individually as “party” and collectively as the “parties”).

WHEREAS the procuring Agency invited bids for procurement of goods, in pursuance where

of M/s (firm name); being the manufacturer/ sole Agent of (item name) in Pakistan and ancillary

services offered to supply the required item(s); and whereas the procuring Agency has accepted the

bid by the supplier for (item name) cost per unit,

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are respectively assigned

to them in the General /special contraction of this contract hereinafter referred to as “Contract”:

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

this contract, viz:-

A. Price schedule submitted by the bidder,

B. Technical specification;

C. General conditions of contract;

D. Special conditions of contract; and

E. Procuring Agency s Award of contract; and

F. Purchase order

3. In consideration of the payments to be made by the procuring Agency to be made by the

procuring Agency to the supplier as hereinafter mentioned, the supplier hereby covenants with the

procuring Agency to provide the goods and services and to remedy defects therein in conformity

in all respects with the provision of this contract.

4. The procuring Agency hereby covenant to pay the supplier in consideration of the provision of

the goods and services and the remedying of defects therein, the contract price or such other sum

as may become payable under the provisions of this contract at time and in the manner prescribed

by this contract.

5. [THE Supplier] accepts full responsibility and strict liability for making any false declaration, not

making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of

this declaration, representation and warranty. it agrees that any contract, right, interest, privilege

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

other right and remedies available to procuring Agency under any law, contract or other

instrument, be void able at the option of procuring Agency.

6. In case of any dispute concerning the interpretation and /or application of this contract shall be

settled through arbitration. The medical superintendent NSSSH 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.

7. This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have

exclusive jurisdiction.

8. If the firms provide substandard item/ fail to provide the item the payment of risk purchase from

market, the price difference shall be by the firm.

9. In case of supply of substandard product the destruction cost will be borne by the firm i.e.

burning, dumping, and incineration.

IN WITNESS whereof the parties hereto have caused this contract to be executed at __________

(the place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the manufacturer/ authorized person Signed/ Sealed by procuring Agency

1 _________________________________ 2________________________

NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD LAHORE

TENDER OF PRINTING ITEMS

TERMS & CONDITIONS

1. The tender is for the period from the approval date to 30th June, 2017. 2. The tender should be sent in the name of Medical Superintendent, Nawaz Sharif Social

Security Hospital, Lahore. 3. The tender will be opened in the presence of tender representatives/bidders on

____________at 11:00 AM after receiving from the bidders on the same day. 4. All the procurement procedures will be strictly according to the PPRA rules, 2014. 5. Single stage / two envelopes bidding procedure will be adopted. The two envelopes shall be

marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters separately. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.

6. The bidders will deposit 3% as bid security/deposit at call of estimated price which will remain in custody of hospital after encashment during the period of approval/rate contract of tender. The tender will be considered cancelled without deposit at call (besides the already deposited amount will not be considered in this context).

7. Only those institutions will participate in the tender, who can provide the required items from the present stock. The risk purchase will be carried out in case of non-provision of timely supply.

8. The bidders are requested to write make, model and brand of all items while giving the rates. Without make model or conditional tender will not be accepted.

9. All the taxes will be levied as per Government laws and all the rates should be given including income tax. (Sale tax should not be included in the rates as the hospital is exempted from GST). The firm should attach sale tax certificate & income tax certificate along with the tender and complete particulars on the first page of the tender document should be written very carefully mentioning filer and non-filer status.

10. The rates should be quoted clearly in words as well as in figures. In case of cutting, signature should be must. The unclear, using white fluid and ambiguous rates of tender will be considered cancelled. All tender pages must be properly signed at the bottom.

11. The blacklisted firms are not allowed to participate in the tender. 12. The firms will have to supply the sanction items as and when required during the period of

contract for which a separate supply order will be given. 13. The bidders will have to provide samples with the technical bid, otherwise the next tender

bidder will preferred and the CDR of the firm will be forfeited who will not provide the samples.

14. The approved rates will be considered for the whole year and no claim of currency fluctuation will be accepted during the current year.

15. No bidder shall be allowed to alter or modify his bid after the bids have been opened. However, the procuring agency may seek and accept clarifications to the bids that do not change the substance of the bid.

16. The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the invitation of bids / substandard. Moreover, it will replace unconsumed stores without any further charges.

17. The supplies shall be delivered within 15 days w.e.f the next date of issue of supply order. 18. In case of late supply from the prescribed date, half percent weekly or two percent monthly

penalty will be deducted from the bill/security. The partial supply will not be accepted without any reason excuse. Moreover, the punishment of forfeiture of security/ineligibility for future hospital supply can be given.

19. If the supplier fails to supply the whole consignment, the firm shall be black listed for minimum of two years for future participation.

20. Any of the total bids can only be rejected on the basis of evaluation criteria, though;

The Medical Superintendent, Nawaz Sharif Social Security Hospital, Lahore may reject all bids at any time prior to acceptance of bid or proposal.

The Medical Superintendent , Nawaz Sharif Social Security Hospital, Lahore shall upon request communicate to any bidder , the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.

In case of dispute, decision of Medical Superintendent, Nawaz Sharif Social Security Hospital, Lahore shall be final.

PROF. DR. M. ASHRAF NIZAMI MEDICAL SUPERINTENDENT

NAWAZ SHARIF SOCIAL SECURITY HOSPITALMULTAN

ROAD LAHORE

NAME OF BIDDER: ____________________________________

TENDER FOR HEALTH COMMISSION ITEMS

FOR THE YEAR, 2016-17

SR. NO

.

NAME OF ITEMS SPECIFICATION Quantity

Unit Price

Estimated Price

1. MS letter head pad (Manager Paper) 10 60 600

2. Call to Nursery pad 10 x 7 H/finish paper 55gram 300 55 16500

3. Patient monitoring chart

pad

12 x 8 100 sheets H/finish paper

55gram

150 74 11100

4. Blood bank cross match

register

300 pages 20 340 6800

5. Delivery note pad 10 x 7 H/finish paper 55gram 100 55 5500

6. Partogran pad 10 x 6 ½ H/finish paper 55gram 100 60 6000

7. Patient informed consent

form

No.1 10 x 8 H/finish paper

55gram

200 60 12000

8. Tasurati Form 11 x 8 H/finish paper 55gram 200 60 12000

9. Permission form for

operation

No.2, 10 x 8 H/finish paper

55gram

200 58 11600

10. Permission form for

Anaesthesia

No.3, 10 x 8 H/finish paper

55gram

200 58 11600

11. Pre Anaesthesia Pad 13 x16 H/finish paper

55gram(Both side printing)

200 75 15000

12. Histopathology Lab. Form (FNA Procedure) 11 x 9 H/finish

paper 55gram

100 70 7000

13. Histopathology Lab. (referral) form 11 x 9 H/finish

paper 55gram

100 70 7000

14. Consent form blood

component

transfusion 10 x 8 H/finish paper

55gram

200 65 13000

15. Donor consent form pad 8 x 6 ½ H/finish paper

55gram(Both side printing)

200 44 8800

16. Transfusion Reaction

Report

10 x 8 H/finish paper 55gram 200 55 11000

17. Blood Requisition Form 10 x 7 H/finish paper 55gram

(Both side printing)

300 55 16500

18. Permission Form for

doctor

No.4, 10 x 8 H/finish paper

55gram

300 55 16500

19. Permission Form for

hospital admission

No.5, 10 x 8 H/finish paper

55gram

600 55 33000

20. Discharge Slip Pad 10 x 7 H/finish paper 55gram 100 55 5500

21. High Risk Medication 10 x 8 H/finish paper 55gram 200 55 11000

22. Lama Declaration 10 x 7 H/finish paper 55gram 100 55 5500

Total 1,589 2,43,500

NAWAZ SHARIF SOCIAL SECURITY HOSPITALMULTAN

ROAD LAHORE

NAME OF BIDDER: ____________________________________

TENDER FOR PRINTING ITEMS FOR THE YEAR, 2016-17

SR. NO.

NAME OF ITEM SPECIFICATION Quantity Unit Price

Estimated Price

1. Admission sheet. White 13 ½ x 17 100 sheets pad 68gm paper flying/h. Glaze both side printing

300 125 37500

2. Admission sheet Green 13 ½ x 17 100 sheets pad 68 gm paper flying/h. Glaze color bound.

30 125 3750

3. Admission sheet color pink both side printing 68gm paper 13 ½ x 17 “ 100 sheet pad

30 126 3780

4. Admission register. 300 leaves size 8 ½ x 13 ½ 68gm paper flying with nos. Paging

75 475 35625

5. Blood group card Size 4 x 3 ½ printing on 300 gm art card 8000 4 32000

6. B-2 form Size 6 ½ sheet pad 55gm h/finish paper. 600 50 30000

7. Consumption registers

Large paper size 13 ½ x 17 200 leaves 68 gm h/finish paper proper paging with controlled numbers.

100 410 41000

8. Continuation sheet Pad size 8 ½ x 13 ½ both side printing 68 gm h/finish paper.(prescription order form)

900 64 57600

9. Compatibility card 110gm auri card size 5 ½ x 6 ½. 4000 5 20000

10. Drugs sheet pad (Treatment ticket)

10 x 15 printing on 68 gm h/finish paper both sides.

600 69 41400

11. Death certificates Pad 5 x 7 ½ triplicate first white second pink third yellow with duly numbers.

200 125 25000

12. T.B. envelopes Size 15 x 18 80gm water proof 2000 12 24000

13. Emergency book 8 and ½ *6 100 sheets book 55gm h/finish paper

1000 75 75000

14. Eye card. 4 ½ x 7” printing on alabaster cast 3000 6 18000

15. F-9 form Size A4 one side printing on ledger paper 100 sheets pad.

30 90 2700

16. F-2 form Size A4 one side printing 80gm 100 120 12000

17. Fluid Balance Sheet 13 x 8 ½ both side printing 100 sheets pad 68 gm flying/h. Finish paper.

800 61 48800

18. Log book Size 8 ½ x 13 ½ both side printing on 68 gm white paper 100 sheet pad with controlled numbers paging

NR -

19. List of anesthesia medicines

DUPLICATE first White size 8 ½ x 13½ 55 gm 2nd pink 55gm h/finish paper with controlled number paging

100 60 6000

20. List of operation medicines

DUPLICATE first White size 8 ½ x 13½ 55 gm 2nd pink 55gm h/finish paper with controlled number paging

200 61 12200

21. Diet charges pad Size 8 ½ x 13 ½ 68 gm h/finish paper 61 150 9150

22. Minutes of purchase committee

Size 8 ½ x 13 ½ 68gm h/finish paper NR - -

23. Nursing report pad Size 13 x 8 ½ 100 sheets pad 68 gm h/finish paper both side printing

800 59 47200

24. OPD register. 500 leaves size 13 ½ x 8 ½ 68gm h/finish paper with numbering

100 395 39500

25. Operation List size 8 ½ x 13 ½ 55gm high finish paper 250 61 15250

26. Pay bill for doctors Size 8 ½ x 13 ½ 55gm h. Finish 25 61 3050

27. Re-imbursement register

500 leaves 13 ½ x 8 ½ with numbering 68g paper.

2 395 790

28. Stock register 600 pages

Size 13 ½ x 8 ½ 68gm white papers with proper index and numbering.

120 505 60600

29. Stock register 300 pages.

Size 13 ½ x 8 ½ 68gm paper 50 with index and numbering

120 405 48600

30. Salary registers 400 pages.

15 ½ x 10 as per sample index and numbering on ledger paper

15 392 5880

31. Temperature sheets Size 13 ½ x 8 ½ 55 gm h/finish paper 800 60 48000

32. Summary pad. Size 13 ½ x 8 ½ 100 sheets pad h/finish 55 gm paper

NR

33. Re-imbursement pad.

13 x 8 ½ 100 sheets pad 68 gm h/finish paper 50 61 3050

34. Daily Med. Book. Size 8 ½ x 13 duplicated 2/100 first white 68gm second pink 68g

500 128 14000

35. X-Ray book Size 13 x 8 ½ triplicate first white blue color printing second sky blue third yellow 55 gm paper

700 150 105000

36. Weekly indent book Size 13 x 8 ½ duplicated 2 x 100 first white 55gm second pink 55gm

400 86 34400

37. Laundry book 12 x 13 ½ in triplicate first white 55 gm second pink 55 gm third yellow 55 gm (3x100)

100 76 7600

38. Emergency treatment book

Size 11 x 8 duplicated (2x100) first white 55 gm second pink 55gm. Carbon free

400 118 47200

39. F-10 book. 13 x 8 ½ in triplicate (3x100) first white 68 gm second pink 68 gm third yellow 68gm

50 158 7900

40. M-16 book 7 x5 (3x100) first white 68gm second pink third yellow68gm. Triplicate(Carbon free

300 170 51000

41. Discharge book 4- pages

First white 55gm second pink 55g third yellow 55 gm fourth green size 11 x 8 ½.(Carbon free)

400 232 92800

42. Staff treatment book Size 7x5 (2x100) duplicated first white 55 gm second 55 gm. Third 55gm

20 76 1520

43. Demand book duplicated (2x100) first white 55 gm second 55 gm. (Carbon free)

300 192 57600

44. M-20 book three pages

Size 6 ½ x 5 ½ first white 68gm second pink 68 gm third yellow68gm outdoor.carbon free

200 90 18000

45. M-20 book three pages

Size 6 ½ x 5 ½ first white68gm second pink 68 gm third yellow 68 gm indoor. carbon free

200 90 18000

46. Leave book Size 8 x 6 ½ 68gmtriplicate (3x100) (Carbon free)

150 180 27000

47. Dialysis flow sheets

Size 8 ½ x 11 ½ 55g 350 61 21350

48. Supply order small 8 ½ x 6 ½ 68gm h. Finish paper. 300 55 16500

49. Lab investigation

form

5 ½ x 8 ½ 55 gm 1000 40 40000

50. Urine report pads. 6 ½ x 8 55gm paper 300 39 11700

51. Monthly statement For opd

8 ½ x 13 high finish 55g 20 85 1700

52. Patient’s entry register for X-Ray department

68gm paper size 8 ½ x 13 ½ 500 pages. 20 460 9200

53. Culture pad. 6 ½ x 8 55gm paper 50 40 2000

54. Medical reimbursement bill pad

8 ½ x 13 55 gm high finish paper. 20 60 1200

55. Diabetic chart 13 x 8 ½ 55gm high finish paper 100 sheets pad

100 60 6000

56. Joining report pad 6 ½ x 8 80gm paper. On ledger paper glaze 50 40 2000

57. Duty slip 4 x 4 ½ size 55gm paper. 50 61 3050

58. Purchase registers 13 ½ x 8 200 pages 68gm paper. 30 260 7800

59. Antenatal card. 6 ½ x 9 ½ size as per sample 1000 6 6000

60. Paper printing as per sample.

13 ½ x 8 ½ size 68gm 25 59 1475

61. Paper printing as per sample.

13 ½ x 8 ½ size 55gm 25 59 1475

62. Paper printing as per sample.

10 x 8 ½ size 68gm 25 60 1500

63. Paper printing as per sample.

6 x 8 ½ size 68gm 25 60 1500

64. 10 x 8 ½ triplicate book

First white 55gm second pink 55gm third yellow 55gm printing as per sample.

50 116 5800

65. 10 x 8 ½ triplicate Book

Book first white 55gm second pink 55gm third yellow 55gm printing as per sample.(f-6 book)

20 116 2320

66. Investigating plain pad

6 ½ x 8 600 39 23400

67. Blood chemistry pad

9 x6 ½ 68 gm paper 600 40 24000

68. Income tax register Legal size 200 pages with no. 10 275 2750

69. Pension form Legal size. 50 76 3800

70. Medical

reimbursement

register

300 pages 55gm with no. 5 275 1375

71. Diet Charges

register

600-pages 20 390 7800

72. Lab. Registers 400-pages 200 270 54000

73. Supply order Large size with lines 68gm 50 59 2950

74. F-13 Books Pages triplicated 68gm(1 white, 2 pink, 3

yellow )

20 160 3200

75. Birth certificate

book

55gm 20 82 1640

76. Dead Stock register 300 pages 68gm 50 452 22600

77. Dead stock register 200 pages 68gm 50 310 15500

78. Controlled documents register

68gm (250) pages with numbering. 5 400 2000

79. Audit note book. Duplicate 1st White, 2nd yellow 68gm Size 11 x 8

5 200 1000

80. Quality & Quantity certificate

6 ½ x 8 55gm (as per sample) 100 59 5900

81. F-16 monthly Accounts statement pad

Legal size 55gm (as per sample) 10 75 750

82. Hepatitis clinic card 6x7 (as per sample) 300 6 1800

83. Serology report pad 6 ½ x 8 68gm (as per sample) 600 60 36000

84. Lab follow up chart 100 sheet pad

8 ½ x 13 ½ 55gm (as per sample)

200 59 11800

85. Advance register 200 pages 8 ½ x 13 ½ 68gm (as per sample) 10 400 4000

86. Ct Scan envelope (Printed) 1000 10 10000

87. Reimbursement Form ABC

8 ½ x 13 ½ 68gm (Form “A” pink, Form “B” green , Form “C” yellow)

50 60 3000

88. Reimbursement Recovery Letter 1

-68gm8 ½ x 13 ½ 50 60 300

89. Reimbursement Recovery Letter 2

-68gm8 ½ x 13 ½ 50 60 3000

90. Dengue Fever Book triplicate

55gm 8 ½ x 13 ½ 50 80 4000

91. Physiotherapy card 6 x7(as per sample) 1000 6 6000

92. DMS duty register 200 pages (as per sample) 5 150 750

93. File cover for office (Fine quality with eye hole on the top left VIP with hospital monogram as per sample ) 300 gm card imported

1000 7.90 7900

94. File cover printed for patients

150 gm card with imported clip inside printing as par sample

1200 8 9600

95. File cover for office Fine quality with two eye hole in the centreVIP with hospital monogram as per sample ) 300 gm card importd

100 8 800s

96. Gate register for Ambulances

200 pages 10 250 2500

97. Receipt concerned form

9 x 11 ½ 55gm 100 85 8500

98. Daily Cross match pad

9 x 11 ½ 55gm 100 85 8500

99. Debit credit note book triplicate

8 x10 1st white ,2nd pink,3rd yellow 68gm 10 116 1160

100. Bill receipt form 8*3 300 packs 15 4500

Total 62215.9 1776439.9

SIGNATURE & STAMP OF BIDDER ______________________________

Rate Contract for

Medical Equipment Accessories / Spare Parts

Nawaz Sharif Social Security Hospital

MULTAN ROAD, LAHORE. TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 23.06.2016 (11:00 A.M.) DATE OF OPENING: 23.06.2016 (12:00 P.M.) Delivery Period: 14 days Bid Security: 3% of estimated price in shape of CDR in favour of Medical Superintendent

Nawaz Sharif Social Security Hospital Multan Road, Lahore.

SUBJECT: TERMS & CONDITIONS REGARDING PURCHASE OF BIO-MEDICAL EQUIPMENT’S ACCESSORIES & SPARE PARTS

FOR NAWAZ SHARIF SOCIAL SECURITY HOSPITAL MULTAN ROAD, LAHORE.

Technical specifications for the purchase of Bio-Medical Equipment’s Accessories

& Spare Parts for Nawaz Sharif Social Security Hospital Multan Road, Lahore.

Instructions to the Bidders, General Conditions of Contract, Special Conditions of

Contract and Schedule of Requirements are detailed in the Bidding Document available at

PPRA Website, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk .

No. NSSSHL/Estt/2016/________ Dated: _____ June, 2016

M/s. ______________________

__________________________

__________________________ MEDICAL SUPERINTENDENT

LIST OF BIO-MEDICAL EQUIPMENT’S ACCESSORIES & SPARE PARTS WITH TECHNICAL

SPECIFICATIONS TO BE PROCURED FOR THE FINANCIAL YEAR 2016-17.

Sr. # DESCRIPTION Make & Model MAKE & COUNTRY OF

ORIGIN

Specification

Tentative Quantity 2016-17

Estimated price per

unit

Total Estimated

Cost

1. ECG Lead for Cardiac Monitor & vital sign Monitor (5 Leads)

Nihon Kohden BSM-2353-K

Compatible 5 Leads 10 4600/- 46000/-

OMNI (Infinium Medical) 15 4800/- 72000/-

2. ECG Lead for ECG Machine

Fakuda Denshi FX-7102 Cardimax

Compatible 05 5000/- 25000/-

3. SpO2 Lead finger sensor for Cardiac Monitors & Vital Sign Monitors (Neonatal, Peads & Adult sizes)

OMNI (Infinium Medical) Compatible standard size 15 5500/- 82500/-

Nihon Kohden BSM-2353-K

10 5000/- 50000/-

4. SpO2 Lead finger sensor for Pulse oximeters (Neonatal, Paeds, Adult sizes) 3-meter Length

Criticare 504 DX

Compatible standard size 03

5000/- 15000/-

USA Pacetech

03 5000/- 15000/-

5. NIBP cuff Bladderless (Adult, Paeds & Neonatal) single Line for vital sign Monitors & cardiac Monitors.

China China / Taiwan Bladderless Single Line

50 900/- 45000/-

6. NIBP Extension Cable for vital sign Monitors & Cardiac Monitors

China/ compatible China / Taiwan 03 Meter Length

10 1900/- 19000/-

7. Back up Battery for Cardiac Monitors Nihon Kohden 12V-3700 mAh.

Nihon Kohden BSM-2353-K

Compatible 12V-3700 mAh.

05 6000/- 30000/-

8. Back up Battery for Cardiac Monitors OMNI 12V 2300 mAh

OMNI (Infinium Medical) Compatible 12V 2300 mAh

15 4500/- 67500/-

9. Back up Battery for ECG Machine 9.6v 3600mAh.

Fakuda Denshi Compatible 9.6v 3600 mAh.

07 4500/- 31500/-

10. Back up Battery for ECG Machine 12V 1800 mAh

Heart Beat 901-B Compatible 12V 1800 mAh

02 4000/- 8000/-

11. Back up Battery for ventilator

Neumovent Graph Compatible 8,10 volts 03 6500/- 19500/-

12. Back up Battery for tourniquets

Compatible 12volt 2.3 Ah 02 4500/- 9000/-

13. Back up Battery for ophthalmoscope

Wellch Allyn 3.5v 1000 mAh

Compatible 3.5v 1000 mAh

02 16000/- 32000/-

14. Back up Battery for Otoscope 3.5V NiMH

Wellch Allyn 3.5V NiMH Compatible 3.5V NiMH 02 16000/- 32000/-

15. Back up Battery for Pulse Oximeter Fakuda Denshi

Fakuda Denshi Compatible As per Sample

02 4000/- 8000/-

16. Syringe pump battery 12v/2Ah

Atom, Terumo Compatible 12v/2Ah 10 3500/- 35000/-

17. Battery for Blease Anesthesia machine Ventilator 12 v*2Ah

Blease Focus Model 6500

Compatible 12 v*2Ah 06 4500/- 27000/-

18. Battery for Blease Anesthesia machine Ventilator

Blease frontline Model 8200S

Compatible As Per Sample

02 4500/- 9000/-

19. Blease Focus Anesthesia Machine Flow Sensor

Blease focus Model 6500 Blease USA As Per Sample

06 26000/- 156000/-

20. Blease Focus Anesthesia Machine Flow Sensor

Blease Frontline Model 8200S

Blease USA As Per Sample

02 25000/- 50000/-

21. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease focus Model 6500 Blease USA As Per Sample

04 29000/- 116000/-

22. Blease Focus Anesthesia Machine Flow Sensor Tubing

Blease Frontline Model 8200S

Blease USA As Per Sample

01 29000/- 29000/-

23. Oxygen sensor for Blease Focus Anesthesia Machine

Blease focus Model 6500 Blease USA As Per Sample

05 25000/- 125000/-

24. Oxygen sensor for Blease Focus Anesthesia Machine

Blease Focus Model 8200S

Blease USA As per sample

01 30000/- 30000/-

25. Electric Element 2000 watt

Local Local 2000 watt Copper

10 560/- 5600/-

26. Diathermy Lead Foot Controlled reusable (As Per connector sample)

Martin MEMB-2 China / Taiwan (compatible)

Reusable / Autoclave able/ As Per

04 7000/- 28000/-

Solid State Diathermy 01 6000/- 6000/-

Erbe 02 6000/- 12000/-

Vallylab 02 6500/- 13000/-

Local Connector Sample

02 6000/- 12000/-

27. Diathermy lead bipolar reusable autoclave able with forceps

Martin MEMB-2 China / Taiwan (compatible)

Reusable / Autoclave able / with Forceps / As per Connector Sample

04 10000/- 40000/-

Solid State Diathermy 01 10000/- 10000/-

Erbe 02 10000/- 20000/-

Vallylab 02 10000/- 20000/-

Local 02 10000/- 20000/-

28. TUR lead for diathermy machine

Martin MEMB-2 China / Taiwan (compatible)

As per Sample

02 6000/- 12000/-

Classen 02 6000/- 12000/-

Erbe 02 6000/- 12000/-

29. Diathermy earth plate silicone rubber type flexible with lead and Connector

Martin MEMB-2 Compatible (compatible)

Silicon Rubber, Flexible with lead and connector

02 11000/- 22000/-

Classen 02 11000/- 22000/-

Erbe 02 11000/- 22000/-

Vallylab 02 11000/- 22000/-

Local 02 11000/- 22000/-

30. Diathermy paddle with lead

Martin MEMB-2 China / Taiwan (compatible)

With lead and respective connector / repairable

02 11000/- 22000/-

Classen 02 11000/- 22000/-

Erbe 02 11000/- 22000/-

Vallylab 02 11000/- 22000/-

Local 02 11000/- 22000/-

31. O.T lights bulb 24v/50watt

DKK Imported 24v/50watt 20 2400/- 48000/-

32. O.T lights bulb 22.8v/40w

Merilex Imported 22.8v/40w 15 3000/- 45000/-

33. O.T lights bulb15v/150w

OSRAM Germany 15v/150w 50 1000/- 50000/-

34. Eye operation microscope 15v150w

TAKAGI China / Taiwan 15v150w 05 2200/- 11000/-

35. Eye slit lamp OLYMPUS Compatible As per Sample

25 2500 62500/-

36. Ophthalmoscope lamp

WELLCH ALLYN Compatible As per Sample

02 2200/- 4400/-

37. Otoscope lamp Welch Allyn Compatible As per Sample

02 2200/- 4400/-

38. Retinoscope lamp Heine China / Taiwan As per Sample

02 2000/- 4000/-

39. Outlet Points for Oxygen, Nitrogen, Air and Vacuum

BS Standard USA , ECC BS Standard/ Repairable

40 No’s 7000/- 280000/-

40. Oxygen Flow meter wall mounted for central gas supply with humidifier Bottle with safety valve.

Taiwan Taiwan As per Sample

20 No’s 4200/- 84000/-

41. Suction pipe silicone per ft. with nozzle

Imported China / Taiwan Silicon 200/ft. 425/ft. 85000/-

42. Laryngoscope with four blade Peads / Adult

Local Local Local Fiberoptic

05 12000/- 60000/-

43. Ambo bag (Pediatric & Adult)

China China / Taiwan Silicon

20 6000/- 120000/-

44. B.P Apparatus desk type

China China / Taiwan Mercury 20 2800/- 56000/-

45. B.P Apparatus stand type

China China / Taiwan Mercury 10 6000/- 60000/-

46. Stethoscope China China / Taiwan 30 250/- 7500/-

47. NIBP Cuff Dual Line with Bladder (All Sizes)

China China / Taiwan 100 450/- 45000/-

48. Mercury Imported Imported 2kg 18000/kg 36000/-

49. X-Ray Cassette with intensifying screen (14* 17), (12*15) (10*12) & (8*10)

Japan Compatible 02 Each 24000, 21500, 18000 & 15000 / piece

50. ECG limbs electrode (set of four) Clamp type with color coding: red, green, yellow and black

China China / Taiwan With Color Coding, Clamp type, Set of Four.

10 Sets 2000/- 10000/-

51. ECG chest electrode with rubber ball (set of six)

China China / Taiwan 15 sets 800/- 12000/-

52. Hydraulic Oil for Suction Machines and OT Tables

Hydraulics China / Taiwan As per Sample

10Ltr 1000/liter 10000/-

53. Soldering Wire Decent China / Taiwan Conti-core /Decent or Equivalent

2 kg 4600/kg 9200/-

54. Safety Valve for Autoclave

Local Compatible As Per Sample

06 Pcs 2000/pc 12000/-

55. Pressure Gauge for Autoclaves

China / Taiwan China / Taiwan As Per Sample

06 700/- 4200/-

56. Autoclave Door Locks with Installation (Bolts with Receptacle)

Local Local As Per Sample

16 3000/pair 48000/-

57. Power Adaptors for Pulse Oximeter

Criticare Compatible As Per Sample

03 1500/- 4500/-

58. Ultra Violet Tube Rods

Philips Philips Ultraviolet 20 3500/- 70000/-

59. Photo-Therapy Rods

Philips Philips TL-52 / 20W 20 3500/- 70000/-

60. Photo Therapy Chokes

Philips Philips 220v* 20W 10 600/- 6000/-

61. Autoclave gasket silicone

China / Taiwan China / Taiwan As Per Sample

02 13500/- 27000/-

CHECK LIST (MANDATORY TO FILL & COMPLY)

Sr. # DETAIL YES / NO PAGE #

1. Original receipt for purchase of tender (F-6)

2.

3% Bid Security of the estimated price in the form of CDR/Bank Draft. (The original CDR will be attached with financial bids and a photocopy of same shall be attached with technical bid)

3. Bid Validity Period 90 days

4. Acceptance of terms and conditions of tender documents duly signed and stamped.

5.

An affidavit on stamp paper of Rs. 100/- submitting following clauses: I) that replacement of defective Bio-Medical

Equipment’s Accessories & Spare Parts under warranty shall be done;

II) that the firm is never black listed on any grounds what so ever.

6. Bid Price should not be mentioned on technical bid.

7.

Copies of valid CNIC, Professional Tax Clearance Certificate, National Tax Number and General Sales Tax Number Certificates.

8. List of quoted products supplied to Govt./private sector.

9. Copies of Supply orders over last two years to Govt. /private sector.

10. Last 2 years tax returns, audited balance sheet & bank statement / Bank Certificate

Note:

1- Fill in the check list properly/completely along with the page marking of the

documents enclosed.

2- Technical Bids should be submitted with proper binding, page marking and index.

Instructions to Bidders (ITB)

General Instructions

1. Content of Bidding Document 1.1 The goods required, bidding procedures and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Technical Specifications; (b) Check List (mandatory to fill & comply); (c) Instructions to Bidders (ITB); (d) General Conditions of Contract (GCC); (e) Special Conditions of Contract (SCC); (f) Schedule of Requirement; (g) Contract Form; (h) Bid Form and (i) Price Schedule.

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 Nawaz Sharif Social Security Hospital Multan Road, Lahore (NSSSHL) has allocated for purchase of Bio-Medical Equipment’s Accessories & Spare Parts under the relevant head of Account during the financial year 2016-2017 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 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.

3.2 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 Goods and Services 4.1 All goods and related services to be supplied under the contract shall have their origin in eligible source Countries.

4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, after sale service etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing, 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 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 negligible, 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 goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied, a brief description of the goods, specifications, taxes, quantity and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the goods; it proposes to supply under the Contract.

13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/correction must be initialed. Every page is to be signed and stamped at the bottom. 13.3 The Bidder should quote the price of the goods according to the technical specifications. The specifications of goods, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. The 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 Conditional offer shall be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Price shall be quoted in Pak Rupees. 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) National Tax Number (NTN), Professional Tax Certificate and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(b) 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 forth with and subsequently black listed.

(c) The Bidder should have minimum two years’ experience in the market, as specified for relevant equipment. 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.

(d) The Bidder must indicate the country of origin of the goods & necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification).

(d) The Bidder shall provide firms’ balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one-year bank statement.

(e) 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 products 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 Goods’ 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 the good, which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered, with a certificate of origin issued by the Manufacturer. 16.3 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 3% Bid Security of the estimated prices in the form of CDR/Bank Draft 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 to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. Such extension shall not be for more than the period equal to the period of the original bid validity. 18.3 Bidders who;

(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids

19. Format and Signing of Bid 19.1 The bid shall be 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 initiated 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 “TECHNICAL PROPOSAL” and “FINANCIAL 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’s 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:

(i) the bid shall be a single package consisting of two separate envelopes, containing

separately the technical and the financial proposals; (ii) the envelopes shall be marked as “Technical Proposal” and “Financial Proposal”; (iii) in the first instance, the “Technical Proposal” shall be opened and the envelope marked

as “Financial Proposal” shall be retained unopened in the custody of the procuring

agency; (iv) the procuring agency shall evaluate the technical proposal in the manner prescribed in

advance, without reference to the price and shall reject any proposal which does not

conform to the specified requirements; (v) during the technical evaluation no amendments in the technical proposal shall be

permitted; (vi) after the evaluation and approval of the technical proposals, the procuring agency shall

open the financial proposals of the technically accepted bids, publically at a time, date

and venue announced and communicated to the bidders in advance, within the bid

validity period;

(vii) the financial bids found technically non-responsive shall be returned unopened to

the respective bidders; and (viii) the lowest evaluated bidder shall be awarded the contract;

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 and on the date 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 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 or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, 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 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. 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 or as decided by the Procuring Agency during evaluation 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 “Products” would mean the specific items included in the bidders bid, the specific make and model the bidder is including in the bid.

The Products to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the products and as determined by the procuring agency.

PART-A: ASSESSMENT FOR ELIGIBILITY

Sr. # DESCRIPTION YES/NO PAGE #

1. 3. Manufacturer Authorization Certificate / Sole Agency Certificate from Foreign Principal / Import documents for imported items

2. 4. Minimum One year (01) business history from the date of registration of products

3. At least one Certificate out of the following: FDA, CE, JIS & ISO.

Technically Qualified (TQ) or Technically Not Qualified (TNQ)

Note: Only eligible firms will be scrutinized further for Part-B PART-B: ASSESSMENT PARAMETERS (BIDDERS)

Sr. # ASSESSMENT PARAMETERS MARKS

1. References of quoted item supplied in Public / Private Organizations. Public Organizations.

i. 1 to 04 04

ii. 5 to 10 08

iii. More Than 10 12

Private Organizations.

i. 1 to 04 02

ii. 5 to 10 04

iii. More Than 10 08

Supporting documents including name, Model of quoted item, Institutions where supplied with quantity must be attached.

20

2. Financial Soundness of the Firm i. Tax Returns (Last 2 Years)

(copies to be attached) 05

ii. Bank Certificate showing annual turnover 1-2 Million

05

iii. Bank Certificate showing annual turnover more than 2 Million

10

iv. Last two years audited balance sheet (copies to be attached)

05

If balance sheet and bank statements both are deposited, then only marks of balance sheet (12 marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms.

20

3. Establishment of company/firm with reference to the Services.

More than 05-years = 20

03-05 years = 10

01-03 years = 06

20

4. Product Certification a) Certificates FDA, CE(MDD)/JIS(MHLW) any two Certificate=20

20

any one Certificate=10 b) For local products ISO=10 ISO14000=10

5. Brand Make and Model of the Product a) local product with i- International market = 10 ii- only local market = 08 b) Foreign product i- In two or more continents = 10 ii- In single continent = 8

10

6. Length of Registration of Products 01-05 Years = 04 06-10 Years = 08 More than 10 Years = 10

10

TOTAL 100

Note: Acceptable Bids must score minimum of 70% marks. 29.3 Financial proposals would be evaluated as follows:

i) Incomplete bid shall stand rejected. ii) Minor oversight, clerical mistakes, other minor inconsistencies that do not

alter the substances of the financial bid may be corrected by the Procuring Agency.

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 or proposal. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 31.1 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 in the form 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 goods originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36. Limitations on Negotiations 36.1 Save as otherwise provided there shall be no 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. 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 may make the Award to the next lowest evaluated Bidder or call for re-bidding. 39. Performance Guarantee. 39.1 The Performance Guarantee/Security 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 14 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 goods 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 rule 35.

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 to be 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 Good(s)” means Bio-Medical Equipment’s Accessories & Spare Parts which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Institute/Hospital, transportation of goods 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 Nawaz Sharif Social Security Hospital. h. “The Supplier” means the individual or firm supplying the goods under this Contract. i. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin 3.1 All goods and related services to be supplied under the contract shall have their origin ineligible source countries and all expenditures made under the contract shall be limited to such goods and services. 3.2. For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied (where 50% or more of the components are being manufactured). Goods are produced when, through manufacturing or processing.

4. Standards 4.1 The goods 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 as 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 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 Goods or any part thereof in the country. 7. Ensuring Storage/ Installation Arrangements 7.1 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. 7.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 1% Per week of the cost. 8. Inspections and Tests. 8.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 8.2 For the purpose of inspections and tests of Bio-Medical Equipment’s Accessories & Spare Parts. 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. 8.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9. Physical Examination/ Inspection of Goods 9.1 The goods shall be acceptable subject to physical inspection, tests and/or in accordance with the approved specifications as decided by the Procuring Agency. 10. Delivery and Documents 10.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods. The details of documents to be furnished by the Supplier are specified in SCC. 11. Warranty 11.1 A warranty according to the type of good will be provided by the firm. 12. Payment 12.1 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, inspection report by the Inspection Committee & quality and quantity certificate by the end user. 13. Prices 13.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid/contract and shall remain the same till expiry of the contract period. 14. Contract Amendments 14.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties.

15. Assignment 15.1 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. 16. Subcontracts 16.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 17. Delays in the Supplier’s Performance 17.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 17.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 17.3 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 20, unless an extension of time is agreed upon pursuant to GCC Clause without the application of liquidated damages. 18. Penalties/Liquidated Damages 18.1 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 7.2, 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 19. 18.2 If the firm provide substandard item(s) and fail to provide the item(s) the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 19. Termination for Default 19.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

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

specified in the Contract, or within any extension thereof granted by the Procuring

Agency pursuant to GCC Clause 7.2; 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.

20. Force Majeure 20.1 Notwithstanding the provisions of GCC Clauses 19, 20, and 21, 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 it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to miss planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics and quarantine restrictions. 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 Nawaz Sharif Social Security Hospital 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. 21. Termination for Insolvency 21.1 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. 22. Arbitration and Resolution of Disputes 22.1 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. 22.2 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. 22.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent Nawaz Sharif Social Security Hospital 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. 23. Applicable Law 23.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 24. Notices 24.1 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. 24.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Special Conditions of Contract (SCC) 1. Cash receipt (in original or photo copy) as token of having purchase the tender, must

accompany the offer.

2. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the bid security will be forfeited besides other punitive action.

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 preceding 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 bidders must certify that:

a) The firm will make sure that the Bio-Medical Equipment’s Accessories & Spare Parts should be manufactured/made/packed in the country of origin.

d) In case, any imported Bio-Medical Equipment’s Accessories & Spare Parts is being provided locally then the same shall be clearly mentioned separately in the quotation.

9. The Medical Superintendent reserves the right to wave off/relax any department tender

enquiry condition of any particular offer at any stage, in the public interest. 10. If any part is not genuine and it comes to the knowledge of the procuring agency, it will

be entitled for re-claiming or replacing and also damages for it. Institution reserves the rights to blacklist the firm.

11. For purchase, 10% security will be obtained from the successful bidder in the shape of CDR. 12. Inspection authority will be the Inspection Committee of the Nawaz Sharif Social

Security Hospital. Inspection on receiving the consignment before installation will be done. The Committee will be responsible for inspecting the consignment to certify that store is in accordance with the supply order.

13. 100% payment will be made by the Medical Superintendent, Nawaz Sharif Social

Security Hospital on production of satisfactory inspection and installation report duly signed by the BME & Quality and Quantity Certificate by the End User.

Execution of Warranty a. The warranty period will be according to Bio-Medical Equipment’s Accessories & Spare

Parts and the firm will be responsible for replacing of store within warranty period. b. Free of charge repair/replacement will be provided under entire warranty period. In case of

failure, the firm will be blacklisted.

c. Manufacturer/Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the Bio-Medical Equipment’s Accessories & Spare Parts which may develop at any time during warranty.

14. Place of delivery As per detail to be mentioned in the supply order.

Supplier’s Address for notice purpose Procuring Agency’s

…………………………….. for notice purpose shall be the

……………………………..

MEDICAL

SUPERINTENDENT

Nawaz Sharif Social Security Hospital

Multan Road Lahore.

CONTRACT FORM

THIS CONTRACT is made at on ___ day of 2015, between the Medical Superintendent, Nawaz Sharif Social Security Hospital Multan Road, Lahore (hereinafter referred to as the NSSSHL of the first Part: and M/s. (Firm Name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier) of the Second Part (hereinafter referred to individually as “Party and collectively as the “Parties”). WHEREAS the NSSSHL invited bids for procurement of good, in pursuance where of M/s. ( _________ ) being the Manufacturer/authorized Supplier/authorized Agent of (Item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the NSSSHL has accepted the bid by the Supplier for the supply of (Item name) and services in the sum of Rs. (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs. ( ____________ ). NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1. In this Contract words and expressions shall have the same meanings as are respectively

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

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

a. The Technical Specifications. b. The General Conditions of Contract. c. The Special Conditions of Contract. d. The Price Schedule submitted by the bidder. e. The Schedule of Requirements f. The PESSI Notification of Award. g. The scope of work. h. The Contract and the Bid & its Clarifications. i. The Bid & its Clarifications. j. The Contracted Specifications (attached as annexure).

3. In consideration of the payments to be made by the NSSSHL to the Supplier/Manufacturer as hereinafter mentioned, the Supplier/Manufacturer hereby covenants with the NSSSHL to provide the Good and services and to remedy defects therein conformity in all respects with the provision of this Contract.

4. The NSSSHL hereby covenants to pay the Supplier in consideration of the provision of the goods and Services and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

5. (The Supplier) hereby declares that it has not obtained or induced the procurement of any

Contract, right, interest, privilege or other obligation or benefit from NSSSHL or any administrative subdivision or agency thereof or any other entity owned or controlled by NSSSHL through any corrupt business practice.

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

7. (The Supplier) certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with NSSSHL and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. (The Supplier) accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to NSSSHL under any law, Contract or other instrument, be void able at the option of NSSSHL.

9. Notwithstanding any rights and remedies exercised by NSSSHL in this regard. (The

Supplier) agrees to indemnify NSSSHL for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to NSSSHL in an amount equivalent to tent time the sum of any commission, gratification, bribe, finder’s fee or kickback given by (The Seller/Supplier) as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form NSSSHL.

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent NSSSHL or his nominee shall act as sole arbitrator. The decision taken and/or award made by the sole arbitrator shall be final and binding on the parties.

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

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

Signed/Sealed by the Manufacturer/Authorized supplier/ Authorized Agent.

Signed/Sealed by Authorized Officer NSSSHL.

1. 1.

2. 2.

BID FORM Date: _________________

Tender No. ____________

To The Medical Superintendent Nawaz Sharif Social Security Hospital Multan Road, Lahore. Respected Sir: Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we the undersigned, offer the supply and deliver the good specified in and in conformity with the said Bidding Documents for the sum of (Total Bid Amount) (Bid Amount in words) or such other sums as may be ascertained in accordance with the schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the good in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum of 10% percent of the Contract price for the due performance of the Contract, in the form prescribed by the NSSSHL. We agree to abide by this bid for a period of (number) days from the date fixed for bid opening under ITB Clause 18 of the instructions to Bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive.

Name and address of bidder (If none, state “none” Date this day of 20_____. Signature (in the capacity of) Duly authorized to sign bid for and on behalf of

Price Schedule

(Good(s) to be procured under DDP/Free delivery at consignee’s end basis)

Name of Bidder _____________________________________________________

Tender No. ___________

Sign and Stamp of Bidder _____________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Sr. No. (As listed

in invitation of bid )

Name of Item

(As listed in invitation of

bid)

Make / Model and country of Manufacturer

and origin

Specifications (Complete

Details) Qty.

Unit Price (Rs.)

Sale and other taxes

(Specify the type and

kind of taxes

applied)

Total Cost (Rs.)

1.

2.

3.

Grand Total