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
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; ______________________________
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
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: ___________________________
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; ______________________________
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; ______________________________
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: _____________________________
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; ______________________________
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; ______________________________
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; ______________________________
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
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 _____________________________
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
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
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: __________________
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
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
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
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.
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
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
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 ______________________________
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