173
THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB BIDDING DOCUMENTS FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc

THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL,

DISPOSABLE) i.e Dental, Orthopeadic Implants etc

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD

TENDER FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL,

DISPOSABLE) i.e Dental, Orthopeadic Implants etc

Page 2: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE

DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD

TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 30.05.2017(09:00 P.M.) DATE OF OPENING: 30.05.2017(10:00 A.M.) DATE OF FINANCIAL BID OPENING: 10.06.2017(10:00 A.M) Contract Period. Upto 30.06.2018 after issuance

of Award list

Bid Security: 2% of estimated price in shape

of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc.

Technical specifications for Supply of SMALL MEDICAL APPLIANCES

(SURGICAL, DISPOSABLE) i.e Dental, Orthopeadic Implants etc. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.

Page 3: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

M/s. ____________________________________________________________ ____________________________________________________________

MEDICAL SUPERINTENDENT

SCHEDULE OF REQUIREMENT

Technical Bid

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

Anesthesia

1 Air ways

All Sizes Procare/

Equivalent

2 Butter Fly Needle

All Guages JMS/Equivalent

3

I.V Canulla with wings & Injection ports. Registered by Ministry of Health

All Size B.Braun/

Equivalent

4 N.G. Tubes

All Sizes Covidien

Dover/Equivalent

5 Rebreathing Bag

0.5,1,2,2.5,3 Liter

Intersurgical/ Equivalent

6 Suction Catheter

All Sizes Flexicare/ Equivalent

7 Suction Tube

Disposable China/ Equivalent

8 3-Ways Stop Cock

All Size China/ Equivalent

9 T-Tubes

All Sizes China/ Equivalent

10 Spinal Needle (cutting)

All Sizes Spinomex/ Equivalent

11 Spinal Needle (pencil point)

All Sizes B.D/ Equivalent

12 ETT with cuffed (Red Rubber)

All Sizes UK/ Equivalent

13 ETT without Cuffed (Red Rubber)

All Sizes UK/ Equivalent

14 ETT with Cuffed (Disposable)

All Sizes Flexicare/ Equivalent

15 ETT without Cuffed (Disposable)

All Sizes Flexicare/Intersurgical/ Equivalent

Page 4: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

16 Face Masks Anesthesia (Black Rubber)

All Sizes UK/ Equivalent

17 I.V Chamber Registered by DRAP

100ml Unison /

Equivalent

18 Steri Gauges for auto clave

Strip KMN,3M/ Equivalent

19 Auto Clave Tape

Roll 3M/ Equivalent

20 Anesthesia Filter (Plain)

Intersurgical,

/Flexicare/ Equivalent

21 Elbow Connection for E.T.T

UK/ Equivalent

22

Tracachostmy Tube (Auto Claveable) with cuff

All Sizes UK/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

23 Tracheostomy Tube (Auto Claveable) with out cuff

Sumi/ Equivalent

24 Anesthesia Circuit

Intersurgical/ Equivalent

25 Closed breathing circuit

Intersurgical/ Equivalent

26 Bain Circuit

All Size Intersurgical/ Equivalent

27 Laryngeal Mask Anesthesia (LMA)

All Size

Ningbo Luke Medical Devices

Co LTD/ Equivalent

28 Disposable Tracheostomy Tube without cuffed

All Sizes

Ningbo Luke Medical Devices

Co LTD/ Equivalent

29 Disposable Tracheostomy Tube with cuff

All Sizes

Ningbo Luke Medical Devices

Co LTD/ Equivalent

30 Dial-A-flow

All Size HTT Co /

Equivalent

31 Instrument disinfectant solution

2 Ltr Atco/ Equivalent

32 Surface disinfectant solution

5 Ltr Atco/ Equivalent

33 Hand Disinfectant Solution

1000ML Atco/ Equivalent

34 Soda Lime

4.5kg Imported / Equivalent

35 Ambo Bag

All Size Flexicare/Intersurgical/ Equivalent

36 Epidural Set with spinal pencil point needle

16G,18G,27G

Ningbo Luke Medical Devices

Co Ltd / Equivalent

37 Epidural Set without pencil point spinal needle

16G,18G,27G Ningbo Luke

Medical Devices Co Ltd /

Page 5: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Equivalent

38 Epidural Catheter with filter only

16G,18G,

Ningbo Luke Medical Devices

Co Ltd/ Equivalent

39 Insulated Needle for Nerve Block

All Size B.Braun/

Equivalent

Miscellaneous

40 Cord Clamp

Disposable Plasti Med/ Equivalent

41 B.P cuff With Blader for Cardiac Monitor

Original Yamasu

Japan / Equivalent

42 Thermometer

China/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

43 Oxygen Nasal Cannula

China/ Equivalent

44 Ultra sound Gel

(Imported) (Imported) 5Ltr

45 Ultra sound Gel

Local Local Best

Quality 5Ltr

46

Ultrasound paper U PP 110 HG Type V High glossy Original

110 x 18m Sony/ Equivalent

47

Ultrasound paper Type I(Normal) UPP-110S 110mmx20m Original

110x18m Sony /Equivalent

48 Ultrasound Paper

K-61 B-65 HM Mitsubshi/ Equivalent

49 ECG Roll 50mm x 30

mm China /

Equivalent

50 ECG Roll

A4 Size China/ Equivalent

51 ECG Roll

63x30 China/ Equivalent

52 ECG Electrode Chest

Disposable China/ Equivalent

53 CTG Thermal Paper for CTG Machine

Basmed / Equivalent

54 Lumbo Sacral Corset

All Sizes MAMA/

Equivalent

55 BP Watch

Original Yamasu

Japan / Equivalent

56 BP Bulb

Original Yamasu

Japan / Equivalent

57 BP Cuff with Blader

Original Yamasu

Japan/ Equivalent

58 Cellona Cotton

All Size China/Equivalent

59 Oxygen Mask with Tube

Small,Large Flexicare/ Equivalent

Page 6: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

60 Mercury

Kg China/Equivalent

61 Mini Spike with Filter for IV Infusion

B.Braun/

Equivalent

62 Presure Tube for Infusion Pump

China/Equivalent

63 Trail Farm

64 Opthilmic Opsite

65 Benzoic acid

Local/ Equivalent

66 Lectic acid

Local/ Equivalent

67 Grumets Ventilation

Tube (for use in ear)

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

68 Shanz’s Nasal Splint For use in

Nasal Surgery

69 Merocele (Nasal Packing)

For use in Nasal Surgery

70 Electric Cautry Lead (Three Pin)

Local/ Equivalent

71 Electric Cautry Lead (Single Pin)

Local/ Equivalent

72 DCR Tube

All Size NIL

73 B.P Apparatus (mercury)

Original Yamasu

Japan/ Equivalent

74 Stethoscope

China/ Equivalent

75 I/V Set Registered by DRAP

Disposable Medi Set/ Equivalent

76 Appron Plastic OT

All Size China/ Equivalent

77 Paper Tape 1" Reco Master/3M/

Equivalent

78 Paper Tape 2" Reco Master/3M/

Equivalent

79 Paper Tape 3" Reco Master/3M/

Equivalent

80 Opsite Dressing

All Size BSN/ Equivalent

81 Tounge Depresser Disposable

Pkt of 100 China/ Equivalent

82 Syringe Cutter (Complete Stainless Steel)

Local Best Quality

Pak Made/ Equivalent

83 Vasline Pure

Kg Local/ Equivalent

84 Disposable Abdominal Sponges

All Size Local/ Equivalent

85 Suspensery Belt

All Size Local/ Equivalent

86 Barium Sulphate

China/ Equivalent

87 EB Canula Endometrial All Size NIL

Page 7: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Biopsy

88 MVA Kit Adopter with 8 Canulas

Imported/ Equivalent

89 Face Masks Disposable

Pkt of 50 China Best

Quality/ Equivalent

90 Hydrogen Peroxide

450ml Spectrum/ Equivalent

91 Liquid Paraffin

400ml Local/ Equivalent

92 Tencher Benzinco 450ml China/ Equivalent

93 Suction tube Disposable

All Size Meds/ Equivalent

94 Nebulizer Mask (kit)

China/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

95 Skin Traction

Small,Large Blue Bird/ Equivalent

96 Shoulder sling All Size Gulsons/

Equivalent

97

Disposable Surgical Kit for Hepatitis B and C + VE

Complete Kit China/Local/ Equivalent

98 Cervical Collar Soft

All Sizes Blue Bird/ Equivalent

99 Cervical Collar Hard

All Sizes Blue Bird/ Equivalent

Surgery

100 Stoma Adhesive Paste

Convatec/ Equivalent

101 Spring wound drainage system 400ml with 16FR Trocar

All Sizes

Ningbo Luke Medical Devices

Co LTD/ Equivalent

102

Chest Bottles with Tube under Seal Water with Set

Pro Care/Med-3/

Equivalent

103 Clostomy Bag with Wafer & Clip

All Size Convatec/ Equivalent

104 Clostomy Belt

All Sizes Convatec/ Equivalent

105 Duederm Gel

Convatec/ Equivalent

106 Examination Gloves (Unsterilized)

Disposable Latex All Sizes

Box of 100

Safty Malaysia/ Equivalent

107 Surgical Gloves Sterilized

Disposable latex

All Size

MP Gloves TG Medical

Malaysia/ Equivalent

108 Ortho Gloves Sterilized Disposable

Latex All Size

Maxitex Duplex/ Equivalent

109 Mesh Polypropylene Size 6/11

15/15

Kolisut Sietka Mesh/ Equivalent

Page 8: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

30/30

110 Mepore dressing All Size Advanta / Equivalent

111 Tead Stocking

All Sizes (Pair) Sanyleg Italy/

X-Med/Equivalent

112 Liga Clips All Size Welfare UK,

Genicon USA/ Equivalent

113 Sprit Amonia Airomatic

400ml Local/ Equivalent

114

Scissor (5mm Length330mm) (Dissceting Asculap)

Genicon Metzenbaum

Scissor 5mmx330mm

Genicon USA/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

115 Haemorrhiodectomy Staplers

Procedure Hemorrhoidal

Circular Stapler 33mm Suture

Threader, Circular Anal Dilator Code

No.PPH03 Johnson & Johnson

Johnson & Johnson

Healthicon UK/ Equivalent

116 Proctoscope Half moon shape with light source

Local/China/ Equivalent

117 Sigmoidscope

Rigid

118 Endoclinch/Fenestarted Grasper for (Laproscope)

5mm x 330mm Genicon USA/

Equivalent

119 Maxigrip Fenestrated Grasper for (Laproscope)

5mm Length 330mm

teeth/ratchet

Genicon USA/ Equivalent

120 Maryland Dissector for (Laproscope)

5mm,Length Genicon USA/

Equivalent

121 Atraumatic Feneestrated Grasper for (Laproscope)

5mm,Length 330mm

(Disposable)

Genicon USA/ Equivalent

122 Babcock Grasper for (Laproscope)

5mm,Length 330mm

(Tooth) with ratchet

(Disposable)

Genicon USA / Equivalent

123 Laproscopic Needle holder cvd/str (Reusable)

5mm,Length 300mm

Healthicon UK / Equivalent

124 Safety Trocar for General Surgery (Reusable)

10mm Healthicon UK /

Equivalent

125 Safety Trocar for general Sugery (Reusable)

5mm Healthicon UK /

Equivalent

126 Bladeless Trocar with safety (Disposable)

500/10mm Healthicon UK/

Equivalent

127 Metzenbaum Scissor Small/Medium/

Large

Genicon USA (5mmx330mm) /

Equivalent

128 Laproscopic Light Source Bulb

129 Laproscopic Cautry Lead

130 Laproscope Varus Genicon USA /

Page 9: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Needle Equivalent

131 Carbon Dyoxide Cylender with Laproscopic Valve

132 ABG Machine Kits & Gass Cyclender

133 Liga Clip Applicator Laproscop Applicator

10mm,Single Action,

(Reusable) size Small,Medium,M

edium/large, Large

Genicon USA Johnson & Johnson/

Equivalent

134 Liehoa forceps

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

135 Hemorrhoidal Ruber band

Johnson & Johnson/

Equivalent

136 Thermal Paper Roll for auto repracpomiter (shinnieron)

China/ Equivalent

137 Peek Cage (poly ethenethen Retine) (Cervical / Lumbar)

138

Titanium mesh Cage

(Cervical/thoracic/Lumbar)

139

Ligasure Laproscopic Maryland Vessel Sealant

5mm Johnson &

Johnson/USA/ Equivalent

140 Ligasure Vasssel Sealant for Thyroid Surgery

Johnson & Johnson/USA/

Equivalent

141 Ligasure Vasssel Sealant for open surgery

Johnson & Johnson/USA/

Equivalent

142 Laproscopic Telescop 0 digry

Johnson & Johnson/USA/

Equivalent

143 Ligasure versel Sealant laparoscopic disposable 5mm

144 Specimen Rtrieval Bag simple

Ganicon USA/

Equivalent

145 Surgical Blades

All Sizes Feather/ B.Braun/

Equivalent

146 Catgut

All Sizes Johnson & Johnson/

Equivalent

147 Black Silk All Sizes Johnson & Johnson/

Equivalent

148 Proline All Sizes B.Braun Ethicon/

Equivalent

149 Vicryl All Sizes B.Braun Ethicon/

Page 10: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Equivalent

150 L hook

5mm Healthicon UK /

Equivalent

151 Due Derm Dressing

Convatec/ Equivalent/

152 Optical Trocar

10mm Genicon USA/

Equivalent

Urology

153 C.V.P Line

All Size Arrow/ Equivalent

154 A.V. fistula Set For micro surgery

155 Folly’s Catheter 2-ways All sizes Covidien

Dover/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

156 Folly’s Catheter 2-ways (Silicon)

All sizes China Medi/ Equivalent

157 Folly;s Catheter 3-ways All sizes China Classic/

Equivalent

158 Folly;s Catheter 3-ways(Silicon)

All Sizes China /

Equivalent

159 Nalton Drain Catheter

All Sizes China/ Equivalent

160 Urine Bag

2000cc YMS/ Equivalent

161 Uretic Catheter 6F open/close tip Cloplast / Equivalent

162 D.J. Stent with guid wire

All Size Marflow/

Equivalent

163 Cutting Loops (Single stem)

All No Karl Storz / Equivalent

164 Cutting Loops (Double stem)

All No Karl Storz / Equivalent

165 Catheter Mount

166 Simple Nephrostomy Tube

Bard/ Equivalent

167 Gastrastomy Peg Tube

Bard/ Equivalent

168 Optical Urethrotomy Set

169 Litho Punch

170 Cold knif (Single Stem)

Karl Storz / Equivalent

171 Cold knif (Double Stem)

Karl Storz / Equivalent

172 Renal Sinus Retractor

173 Millin Retractor

174 Boji Set

Imported/ Equivalent

175 PCN Set

Bard/ Equivalent

176 Renal Cclamp

Page 11: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

177 Vascular Clamp

178 Supra Pubic Catheter set

All size Bard/ Equivalent

179 Monopty Gun

All size Bard/ Equivalent

180 Coolin Knife

Karlstorz Karl Storz / Equivalent

181 True Cut Biopcy Needle

Imported / Equivalent

182 Sure Cut Liver Biopsy Needle

Imported / Equivalent

183 Urocut Liver Biopsy Needle

All Sizes Imported / Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

184 Spring Loading Biopsy Needle

All Sizes Vegio Italy/ Equivalent

185 Elec Eracukr

186 Elec Bulb Rubber

187 Ingram Supra Pubic Catheter with Trochar

Bard/ Equivalent

188 Sponges Stone

All Size Spongel/

Equivalent

189 Skin Stapler

All Size Halthicon UK/

Equivalent

200 Skin Staple Remover

All Size Halthicon UK/

Equivalent

Dental

201 Scalar with tips

201 Hand Piece spray

202 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)

( H & K)

Dident/ Equivalent

203 Burs

Dident/

Equivalent

204 Glass Inomer (Cement)

GE Japan /Equivalent

205 Zinc phosphate Cement

Asia Japan /Equivalent

206 Cavit

207 Pulperyl

Septodent/ Equivalent

208 Cresophene

Septodent/ Equivalent

209 Sodium Hypocloride

210 Non Setting Calcium Hydroxide

211 EDTA (Liquid)

Page 12: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

212 Endomethacin

Powder Septodent/ Equivalent

213 Endomethacin

Liquid Septodent/ Equivalent

214 Paper Point + G.P Point

Dident/ Equivalent

215 Inj. Lignocaine Plain

2ml Corterage Korea/ Equivalent

216 Inj.Lignocaine With Adarnaline

2ml Corterage Korea /

Equivalent

217 Lignocaine Spray

Korea/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

218 Lignocaine With Adarnaline Spray

Korea/ Equivalent

219 Dental X.Ray Film (Instant)

Yestar/China/ Equivalent

220 Disposable Needle

Dental Korea/ Equivalent

221 Setting Calcium Hydroxide

222 Alvegyl

Septodent/ Equivalent

223 Acosed Endoterra with Disinfectant spray

Acto/ Equivalent

224 Composite filling

225 Barrier Film

226 Endopost Kit

227 Suntion tip Disposable

228 Slow Speed hand Piece

229 Pulpotec

Produits Dentaries SA/

Equivalent

230 Zinc Oxide Eugenol

231 Disposable Napkils

232

233

234

Orthopedic Implants

235 Austin-More Prosthesis/Thompson Prothesis

Local/ Equivalent

236 4.5mm DCPs Narrow

All Holes Local/ Equivalent

237 4.5mm DCPs Broad All Holes Local/ Equivalent

Page 13: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

238 3.5mm Small Fragment DCP

All Hloes Local/ Equivalent

239 1/3 Trubular Plates

All Holes Irene China/ Equivalent

240 3.5mm Cortical Screw Small

Fragment Standard

Irene China/ Equivalent

241 4.5mm Cortical Screw All Size Irene China

Local/ Equivalent

242 6.5mm Cancellous Screw

Irene China / Equivalent

243 4.0mm Cancellous Screw

Irene China/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

244 4.5mm Cancellous Screw

Irene China/ Equivalent

245 Washar

Local/ Equivalent

246 K-Wire

Local/ Equivalent

247 K-Nail

All Size Local/ Equivalent

248 T-Butters plates small Fragment

Irene China/ Equivalent

249 T-Butters plates small Standard

Irene China/ Equivalent

250 Condylar Blade Plate 95

All Size Local /Equivalent

251 Dynamic hip Screw with plates

All Size Irene China / Equivalent

252 Bone Cement

Biomet USA/ Equivalent

253 Total Hip Replacement Cemented

Non Cemented Irene China / Equivalent

254 Total Hip Replacement

Non- " Irene China/ Equivalent

255 Total Knee Replacement

AK Medi/

Equivalent

256 Denham/Steinman pins

Local/ Equivalent

257 Extrenal Fixator-Tubular AO Type

Local/ Equivalent

258 Ilizirov leg lengthening Fixator

Local/ Equivalent

259 Naseer-Arwais (NA) leg Lengthening Fixator

Local/ Equivalent

260 Drill Bits

Local Equivalent

261 Y-Plates

All Size Irene China/ Equivalent

262 Acetabular Cage

With Screw Pakistan Made /

Equivalent

263 Spoon Plate

264 Unreamed Tibial Nail

All Size Irene China/ Equivalent

Page 14: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

265 Interlocking Nail Femur, Tibial Humeral

All Size Local / Equivalent

266 Interlocking Nail Femur, Tibial Humeral (Titanium)

All Size Irene China / Equivalent

267 Interlocking Nail Femur, Tibial Humeral (Satinless Steel)

All Size Irene China / Equivalent

268 Cannulated Screws

All Size Local/ Equivalent

269 Cannulated Screws (Satinless Steel)

All Size Irene China/ Equivalent

260 Cannulated Drill Bits

All Size Local/Equivalent

271 Dynamic Condylar Screw with Plates

All Size Irene China/ Equivalent

S.N Name of Item Specification Companies Packing &

Specification & Company

Remarks & Signature

of Concern Technical Member

272 Clover Leaf Plate

273 Condylar Support plate (Left/Right)

Local/ Equivalent

274 Hip Arthodesis plate

275 Locking DC Plates Upper limb/lower limb

Local/ Equivalent

276 Locking Cortical Screws

All Size Local/ Equivalent

277 Locking Cortical Screws (Titanium)

All Size Irene China/ Equivalent

278 Knowles Pins

Local/ Equivalent

279 Bi-polar Hip Prosthesis

Irene China/ Equivalent

280 2.5mm Small Fregment Plates

4 to 10 Holes Local/ Equivalent

281 2.5 mm Cortical Screw

Local/ Equivalent

282 Flexible Intra-Medullary Nails/Enders Nail

Stainless Steel,

TITANIUM / Equivalent

283 Malleolar Screw

Local/ Equivalent

284 Cervical Lateral Mass Screw + Rods

285

Transpedicular Screw+Rods (Cervical/thoracic/lambar)

286 Recon Plate

Irene China/ Equivalent

287 Retrograde Nail Femur

Irene China/ Equivalent

288 Headless Screw

Local/ Equivalent

289 Custom made THR/TKR

All Sizes

290 Orthofix Fixator

291 Titanium Voctetral Cage

Page 15: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

292 Merceline Suture

293 Orthofix Fixator

294 Traction Weight 5kg Each

Local/ Equivalent

295 Wrist with Palm Support

All Sizes Local/ Equivalent

296 Knee Support

All Sizes Local/ Equivalent

297 Ankle, Elbow Support

All Size Local/ Equivalent

Name of Bidder : ___________

(Sign, & Stamp): ____________

• Please furnish satisfactory Performance Certificate from End

User(Surgical and Allied, Anesthetist,)

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

(b) Terms and Conditions of Contract ;

(c) Schedule of Requirements;

(d) Contract Form; (e) Manufacturer’s Authorization Form;

(f) Bid Form; and

(g) Price Schedule.

(h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e Dental, Orthopedic Implants etc under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

Page 16: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare Supplies availability, etc. For purposes of this clause, “origin” means the place where the Supplies are mined, grown, or produced, or the place from which the related services are supplied. Supplies are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation

Page 17: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices.

Page 18: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.

Page 19: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons

Page 20: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the

Page 21: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which

Page 22: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

Page 23: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.

The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as

determined by the Technical Committee.

Total Evaluation marks = 100 Passing Marks = 70

S.No Parameters Detail Total

Marks Remarks

Obtained Marks

1

Major Institution served

20

Please attach the

Bidder's Past i 1 10 Copies of quoted

Performance ii 2 15 supply order(s)

iii 3 20

2

Bidder's Market i

1 Year 5

15

Experience will be

Experience ii

2 Year 10 confirmed from

the

iii

3 Year 15 date of

registration

3 Bidder's

financial status

i

Bank Statement

OR 8

15 Balance Sheet

ii Tax return 7

4

Copies of valid Certificate(s)

i NTN 10

50

ii GST 10

iii Professional

Tax 10

iv Authorized Distributor

20

Qualifying Marks 70

Total Marks 100

Page 24: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract

Page 25: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

Page 26: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

TERMS AND CONDITIONS OF CONTRACT FY 2017-18 SMALL MEDICAL APPLIANCES

The Tender document including evaluation criteria for the purchase of Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic Implants) will be conducted through PPRA Rules 2014 (Single Stage-Two Envelopes).

1. Small Medical Appliances (Surgical, Disposable i.e. Dental, Orthopedic

Implants) will be supplied at basement of the hospital by the supplier on his own transport.

2. Cash receipt token of having purchase the tender, must accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

7. The Medical Superintendent does not pledge himself to accept the lowest bid

and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.

9. The sealed tender will be received up to 30-05-2017 at 09:00 AM and will be opened

at 30-05-2017 at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).

10. First Technical Bid will be opened on prescribed date and the technical evaluation

criteria of bids will be completed. Financial Bid will be opened in the presence of

party / firms representative on 10-06-2017 at 10:00 AM.

11. The rate contract through this tender/contract for the supply of SMALL MEDICAL

APPLIANCES (SURGICAL, DISPOSABLE i.e Dental, Orthopedic Implants) will

be for the period from 1st July 2017 to 30th June 2018. The purchase will be made

from time to time as per requirements of this Hospital at the same approved rates of

tender. In case you fail to supply the required items during the contract period, 10%

Performance Guarantee will be forfeited and the firm will be black listed.

12. Pay Order / Demand draft Rs. 70,000/- is mandatory to be deposited along with

tender documents as bid security.

13. After successful awarding of tender, the bid security will be returned and successful

bidder will deposit 10% Performance Guarantee within 07 days positively.

14. The firm will provide item(s) Sale License/Distribution Certificate along with the

tender documents.

15. The bidder should submit an undertaking for the items of same specifications,

quality /brand etc on judicial paper that the price quoted in the tender is not more

than the market price or price charged from any other Public Sector.

Page 27: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

16. If it is noted that rate quoted is over / above the market rate, undersigned has the

right to cancel the tender.

17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount

or excess amount will be deducted from the outstanding bills/Deposit at Call of said

firm.

18. Quality / Quantity of item(s) supplied will be checked by hospital inspection

committee(s) notified by the Medical Superintendent.

19. If a batch of items is found sub-standard, adulterated or contaminated, in

accordance with the offence, firm/supplier can be black listed by the competent

authority and their performance guarantee will be forfeited.

20. In case of Near Expiry Items (Six months) the suppliers will responsible for

replacing the quantity with extended expiry date.

21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE

CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY

COMPLETE ORDERS.

22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE

STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN

INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY

WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.

FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE

INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE

FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR

LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL

BE INITIATED AGAINST THE FIRM.

23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;

RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE

RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE

WILL BE CALLED UPON.

24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.

25. Income tax will be deducted under section 153 of the Income Tax Ordinance

2001.

26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be

attached with tender documents duly attested by company authorized person.

27. Price(s) of the item(s) and manufacturer’s name must be entered on the

departmental rate contract form duly signed and stamped.

28. The rates once finalized will be applicable for whole of the contract period

irrespective of any change in currency rate in open market.

29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL

SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

30. No bidder will be allowed to alter or modify his bid after the closing time for the

submission of the bids.

Page 28: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

31. Samples of all small medical appliances must be provided for evaluation

purpose along with tender documents. Items quoted in tender without

samples will not be considered for technical evaluation. All the samples will

be safely secured with CMS for future references. All the samples will be

returned after closure of respective contract.

32. Samples for Orthopedic, urology and Laparoscopic surgery which are very

costly will also be provided by supplier for technical evaluations. These

samples will be returned after technical evaluation with condition that these

items will be verified by concerned department (Ortho/Surgery/urology) prior

to receipt by CMS.

33. The contract period may be extended up to three years if allowed by the Competent

Authority.

34. In case of any discrepancy, less weight, short supply etc the supplier will be held

responsible.

35. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and

packing rules, 1986”, if so required.

36. ‘PESSI PROPERTY NOT FOR SALE’ in clear & bold letters must be PRINTED /

STAMPED with undeletable ink on each bottle, strip, outer packing/inner packing

and ampoules etc.

37. Tender fee is Rs. 1,000/-(Nonrefundable).

38. The firm will not attach any condition with the tender.

39. No document other than required by hospital, should be attached along with

tender/rate contract.

40. The supplier/firm once awarded a tender will provide their postal address, landline

numbers, fax numbers and email addresses so that constant contact must be

ensure for un-interrupted supply.

41. The procuring agency shall disqualify a contractor on the ground that he had

provided false, fabricated or materially incorrect information.

42. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12

ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &

STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.

FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF

SAMPLE SATISFACTORY REPORT ATTACHED).

43. The Competent Authority / Local Purchase Committee reserves the right to reject

any one or all bids.

Note:- Bidders must mention the packing of items as per unit & per ml rate in their financial bids. Otherwise bids will be rejected due to incomplete information under PPRA Rules 2014, format of financial bid is attached. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Page 29: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Satisfactory report Sample Performa

Year M/s. Item(s) Supplied

Comments by End user(s) Satisfactory/unsatisfactory

Page 30: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Name of end user(s) : ______________________________ Department : ______________________________ Stamp: ______________________________ Date: ______________________________ Signature: ______________________________ Sample Collection Form

To be filled by Supplier

S. No

Name of Items Company with Specification

Quantity Clarification of the Observation

Date of Submission

Page 31: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Signature of Bidder

Sample Evaluation Form

To be filled by Technical Committee

S. No

Name of Items Company with Specification

Quantity Rejection/ Selection & Remarks of Technical Member

Date of Submission & Signature of Technical Member

Page 32: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

SIGNATURE OF MEDICAL SUPERINTENDENT, PESSI Hospital Islamabad

CONTRACT FORM

THIS AGREEMENT is entered into at Islamabad on ________ 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT

TYPE OF SERVICE: Supply of SMALL MEDICAL APPLIANCES (SURGICAL, DISPOSABLE) i.e DENTAL, ORTHOPEDIC IMPLANTS etc NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:

1. The Supply of Small Medical Appliances (Disposable, Orthopedic Implants etc) to the basement of PESSI Hospital, Islamabad will be the

responsibility of Service Provider. 2. The Maintainace of quality, quantity of l will be the responsibility of Service

Provider. 3. The service provider will ensure to swiftly respond the demand of Supply of

Small Medical Appliances (Disposable, Orthopedic Implants etc, the response time will not be more than __________.

4. The collection of empty cylinders will be the responsibility of Service Provider. 5. The Service provider will ensure supply of Supply of Small Medical Appliances

(Disposable, Orthopedic Implants etc ______________. 6. The bidding documents shall also be compulsory part of this agreement.

Page 33: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.

Signed/Sealed by Authorized officer PESSI 1. 2.

Price Schedule DATE OF FINANCIAL BID OPENING:

SUPPLY OF SMALL MEDICAL APPLIANCES (DISPOSABLE, ORTHOPEDIC IMPLANTS ETC) (F.Y 2017-18)

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

Anesthesia

1 Air ways

All Sizes Procare/

Equivalent

2 Butter Fly Needle

All Guages JMS/Equivalent

3

I.V Canulla with wings & Injection ports. Registered by Ministry of Health

All Size B.Braun/

Equivalent

4 N.G. Tubes

All Sizes Covidien

Dover/Equivalent

5 Rebreathing Bag

0.5,1,2,2.5,3 Liter

Intersurgical/ Equivalent

6 Suction Catheter

All Sizes Flexicare/ Equivalent

7 Suction Tube

Disposable China/

Equivalent

8 3-Ways Stop Cock

All Size China/

Equivalent

9 T-Tubes

All Sizes China/

Equivalent

10 Spinal Needle (cutting)

All Sizes Spinomex/ Equivalent

11 Spinal Needle (pencil point)

All Sizes B.D/ Equivalent

12 ETT with cuffed (Red Rubber)

All Sizes UK/ Equivalent

13 ETT without Cuffed (Red Rubber)

All Sizes UK/ Equivalent

14 ETT with Cuffed (Disposable)

All Sizes Flexicare/ Equivalent

15 ETT without Cuffed (Disposable)

All Sizes Flexicare/Inters

urgical/ Equivalent

16 Face Masks Anesthesia (Black Rubber)

All Sizes UK/ Equivalent

17 I.V Chamber Registered by DRAP

100ml Unison /

Equivalent

18 Steri Gauges for auto clave

Strip KMN,3M/ Equivalent

19 Auto Clave Tape Roll 3M/ Equivalent

20 Anesthesia Filter (Plain) Intersurgical,

Page 34: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

/Flexicare/ Equivalent

21 Elbow Connection for E.T.T

UK/ Equivalent

22

Tracachostmy Tube (Auto Claveable) with cuff

All Sizes UK/ Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

23 Tracheostomy Tube (Auto Claveable) with out cuff

Sumi/

Equivalent

24 Anesthesia Circuit

Intersurgical/ Equivalent

25 Closed breathing circuit

Intersurgical/ Equivalent

26 Bain Circuit

All Size Intersurgical/ Equivalent

27 Laryngeal Mask Anesthesia (LMA)

All Size

Ningbo Luke Medical

Devices Co LTD/ Equivalent

28 Disposable Tracheostomy Tube without cuffed

All Sizes

Ningbo Luke Medical

Devices Co LTD/ Equivalent

29 Disposable Tracheostomy Tube with cuff

All Sizes

Ningbo Luke Medical

Devices Co LTD/ Equivalent

30 Dial-A-flow

All Size HTT Co /

Equivalent

31 Instrument disinfectant solution

2 Ltr Atco/

Equivalent

32 Surface disinfectant solution

5 Ltr Atco/

Equivalent

33 Hand Disinfectant Solution

1000ML Atco/

Equivalent

34 Soda Lime

4.5kg Imported / Equivalent

35 Ambo Bag

All Size Flexicare/Inters

urgical/ Equivalent

36 Epidural Set with spinal pencil point needle

16G,18G,27G

Ningbo Luke Medical

Devices Co Ltd / Equivalent

37 Epidural Set without pencil point spinal needle

16G,18G,27G

Ningbo Luke Medical

Devices Co Ltd / Equivalent

38 Epidural Catheter with filter only

16G,18G,

Ningbo Luke Medical

Devices Co Ltd/ Equivalent

39

Insulated Needle for Nerve Block

All Size B.Braun/

Equivalent

Miscellaneous

Page 35: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

40 Cord Clamp

Disposable Plasti Med/ Equivalent

41 B.P cuff With Blader for Cardiac Monitor

Original

Yamasu Japan / Equivalent

42 Thermometer

China/

Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

43 Oxygen Nasal Cannula China/

Equivalent

44 Ultra sound Gel

(Imported) (Imported) 5Ltr

45 Ultra sound Gel

Local Local Best

Quality 5Ltr

46 Ultrasound paper U PP 110 HG Type V High glossy Original

110 x 18m Sony/

Equivalent

47 Ultrasound paper Type I(Normal) UPP-110S 110mmx20m Original

110x18m Sony

/Equivalent

48 Ultrasound Paper

K-61 B-65 HM Mitsubshi/ Equivalent

49 ECG Roll 50mm x 30

mm China /

Equivalent

50 ECG Roll

A4 Size China/

Equivalent

51 ECG Roll

63x30 China/

Equivalent

52 ECG Electrode Chest

Disposable China/

Equivalent

53 CTG Thermal Paper for CTG Machine

Basmed / Equivalent

54 Lumbo Sacral Corset

All Sizes MAMA/

Equivalent

55 BP Watch

Original

Yamasu Japan / Equivalent

56 BP Bulb

Original

Yamasu Japan / Equivalent

57 BP Cuff with Blader

Original

Yamasu Japan/ Equivalent

58 Cellona Cotton

All Size China/

Equivalent

59 Oxygen Mask with Tube

Small,Large Flexicare/ Equivalent

60 Mercury

Kg China/

Equivalent

61 Mini Spike with Filter for IV Infusion

B.Braun/

Equivalent

62 Presure Tube for Infusion Pump

China/

Equivalent

63 Trail Farm

Page 36: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

64 Opthilmic Opsite

65 Benzoic acid

Local/

Equivalent

66 Lectic acid Local/

Equivalent

67 Grumets Ventilation

Tube (for use in ear)

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

68 Shanz’s Nasal Splint For use in

Nasal Surgery

69 Merocele (Nasal Packing)

For use in Nasal Surgery

70 Electric Cautry Lead (Three Pin)

Local/

Equivalent

71 Electric Cautry Lead (Single Pin)

Local/

Equivalent

72 DCR Tube

All Size NIL

73 B.P Apparatus (mercury)

Original

Yamasu Japan/ Equivalent

74 Stethoscope

China/

Equivalent

75 I/V Set Registered by DRAP

Disposable Medi Set/ Equivalent

76 Appron Plastic OT

All Size China/

Equivalent

77 Paper Tape 1" Reco

Master/3M/ Equivalent

78 Paper Tape 2" Reco Master/3M/

Equivalent

79 Paper Tape 3" Reco Master/3M/

Equivalent

80 Opsite Dressing

All Size BSN/

Equivalent

81 Tounge Depresser Disposable

Pkt of 100 China/

Equivalent

82 Syringe Cutter (Complete Stainless Steel)

Local Best Quality

Pak Made/ Equivalent

83 Vasline Pure

Kg Local/

Equivalent

84 Disposable Abdominal Sponges

All Size Local/

Equivalent

85 Suspensery Belt

All Size Local/

Equivalent

86 Barium Sulphate

China/

Equivalent

87 EB Canula Endometrial Biopsy

All Size NIL

88 MVA Kit Adopter with 8 Canulas

Imported/ Equivalent

89 Face Masks Disposable Pkt of 50 China Best

Quality/ Equivalent

90 Hydrogen Peroxide 450ml Spectrum/ Equivalent

91 Liquid Paraffin 400ml Local/

Equivalent

Page 37: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

92 Tencher Benzinco 450ml China/

Equivalent

93 Suction tube Disposable

All Size Meds/

Equivalent

94 Nebulizer Mask (kit) China/

Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

95 Skin Traction

Small,Large Blue Bird/ Equivalent

96 Shoulder sling All Size Gulsons/

Equivalent

97 Disposable Surgical Kit for Hepatitis B and C + VE

Complete Kit China/Local/ Equivalent

98 Cervical Collar Soft

All Sizes Blue Bird/ Equivalent

99 Cervical Collar Hard

All Sizes Blue Bird/ Equivalent

Surgery

100 Stoma Adhesive Paste

Convatec/ Equivalent

101 Spring wound drainage system 400ml with 16FR Trocar

All Sizes

Ningbo Luke Medical

Devices Co LTD/ Equivalent

102 Chest Bottles with Tube under Seal Water with Set

Pro Care/Med-3/ Equivalent

103 Clostomy Bag with Wafer & Clip

All Size Convatec/ Equivalent

104 Clostomy Belt

All Sizes Convatec/ Equivalent

105 Duederm Gel

Convatec/ Equivalent

106 Examination Gloves (Unsterilized)

Disposable Latex All

Sizes Box of 100

Safty Malaysia/ Equivalent

107 Surgical Gloves Sterilized

Disposable latex

All Size

MP Gloves TG Medical

Malaysia/ Equivalent

108 Ortho Gloves Sterilized Disposable

Latex All Size

Maxitex Duplex/ Equivalent

109 Mesh Polypropylene

Size 6/11

15/15 30/30

Kolisut Sietka Mesh/

Equivalent

110 Mepore dressing All Size Advanta / Equivalent

111 Tead Stocking All Sizes

(Pair)

Sanyleg Italy/ X-

Med/Equivalent

112 Liga Clips All Size Welfare UK,

Genicon USA/ Equivalent

113 Sprit Amonia Airomatic

400ml Local/

Equivalent

Page 38: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

114

Scissor (5mm Length330mm) (Dissceting Asculap)

Genicon Metzenbaum

Scissor 5mmx330mm

Genicon USA/ Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

115 Haemorrhiodectomy Staplers

Procedure Hemorrhoidal

Circular Stapler 33mm Suture

Threader, Circular Anal Dilator Code No.PPH03 Johnson & Johnson

Johnson & Johnson

Healthicon UK/ Equivalent

116 Proctoscope Half moon

shape with light source

Local/China/ Equivalent

117 Sigmoidscope

Rigid

118 Endoclinch/Fenestarted Grasper for (Laproscope)

5mm x 330mm

Genicon USA/ Equivalent

119

Maxigrip Fenestrated Grasper for (Laproscope)

5mm Length 330mm

teeth/ratchet

Genicon USA/ Equivalent

120 Maryland Dissector for (Laproscope)

5mm,Length Genicon USA/

Equivalent

121 Atraumatic Feneestrated Grasper for (Laproscope)

5mm,Length 330mm

(Disposable)

Genicon USA/ Equivalent

122 Babcock Grasper for (Laproscope)

5mm,Length 330mm (Tooth)

with ratchet (Disposable)

Genicon USA / Equivalent

123 Laproscopic Needle holder cvd/str (Reusable)

5mm,Length 300mm

Healthicon UK / Equivalent

124 Safety Trocar for General Surgery (Reusable)

10mm Healthicon UK /

Equivalent

125 Safety Trocar for general Sugery (Reusable)

5mm Healthicon UK /

Equivalent

126 Bladeless Trocar with safety (Disposable)

500/10mm Healthicon UK/

Equivalent

127 Metzenbaum Scissor Small/Medium/

Large

Genicon USA (5mmx330mm)

/ Equivalent

128 Laproscopic Light Source Bulb

129 Laproscopic Cautry Lead

130 Laproscope Varus Needle

Genicon USA /

Equivalent

131 Carbon Dyoxide Cylender with Laproscopic Valve

132 ABG Machine Kits & Gass Cyclender

133 Liga Clip Applicator 10mm,Single Genicon USA

Page 39: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Laproscop Applicator Action, (Reusable) size Small,Medium,M

edium/large, Large

Johnson & Johnson/

Equivalent

134 Liehoa forceps

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

135 Hemorrhoidal Ruber band

Johnson & Johnson/

Equivalent

136 Thermal Paper Roll for auto repracpomiter (shinnieron)

China/

Equivalent

137 Peek Cage (poly ethenethen Retine) (Cervical / Lumbar)

138

Titanium mesh Cage

(Cervical/thoracic/Lumbar)

139

Ligasure Laproscopic Maryland Vessel Sealant

5mm Johnson &

Johnson/USA/ Equivalent

140 Ligasure Vasssel Sealant for Thyroid Surgery

Johnson & Johnson/USA/

Equivalent

141 Ligasure Vasssel Sealant for open surgery

Johnson & Johnson/USA/

Equivalent

142 Laproscopic Telescop 0 digry

Johnson & Johnson/USA/

Equivalent

143 Ligasure versel Sealant laparoscopic disposable 5mm

144 Specimen Rtrieval Bag simple

Ganicon USA/

Equivalent

145 Surgical Blades

All Sizes Feather/ B.Braun/

Equivalent

146 Catgut

All Sizes Johnson & Johnson/

Equivalent

147 Black Silk All Sizes Johnson & Johnson/

Equivalent

148 Proline All Sizes B.Braun Ethicon/

Equivalent

149 Vicryl All Sizes B.Braun Ethicon/

Equivalent

150 L hook

5mm Healthicon UK /

Equivalent

151 Due Derm Dressing

Convatec/ Equivalent/

152 Optical Trocar

10mm Genicon USA/

Equivalent

Urology

Page 40: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

153 C.V.P Line

All Size Arrow/

Equivalent

154 A.V. fistula Set For micro surgery

155 Folly’s Catheter 2-ways All sizes Covidien Dover/

Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

156 Folly’s Catheter 2-ways (Silicon)

All sizes China Medi/ Equivalent

157 Folly;s Catheter 3-ways All sizes China Classic/

Equivalent

158 Folly;s Catheter 3-ways(Silicon)

All Sizes China /

Equivalent

159 Nalton Drain Catheter

All Sizes China/

Equivalent

160 Urine Bag

2000cc YMS/

Equivalent

161 Uretic Catheter 6F open/close tip Cloplast / Equivalent

162 D.J. Stent with guid wire

All Size Marflow/

Equivalent

163 Cutting Loops (Single stem)

All No Karl Storz / Equivalent

164 Cutting Loops (Double stem)

All No Karl Storz / Equivalent

165 Catheter Mount

166 Simple Nephrostomy Tube

Bard/

Equivalent

167 Gastrastomy Peg Tube

Bard/

Equivalent

168 Optical Urethrotomy Set

169 Litho Punch

170 Cold knif (Single Stem)

Karl Storz / Equivalent

171 Cold knif (Double Stem)

Karl Storz / Equivalent

172 Renal Sinus Retractor

173 Millin Retractor

174 Boji Set

Imported/ Equivalent

175 PCN Set

Bard/

Equivalent

176 Renal Cclamp

177 Vascular Clamp

178 Supra Pubic Catheter set

All size Bard/

Equivalent

179 Monopty Gun

All size Bard/

Equivalent

180 Coolin Knife

Karlstorz Karl Storz / Equivalent

Page 41: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

181 True Cut Biopcy Needle

Imported / Equivalent

182 Sure Cut Liver Biopsy Needle

Imported / Equivalent

183 Urocut Liver Biopsy Needle

All Sizes Imported / Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

184 Spring Loading Biopsy Needle

All Sizes Vegio Italy/ Equivalent

185 Elec Eracukr

186 Elec Bulb Rubber

187 Ingram Supra Pubic Catheter with Trochar

Bard/

Equivalent

188 Sponges Stone

All Size Spongel/

Equivalent

189 Skin Stapler

All Size Halthicon UK/

Equivalent

200 Skin Staple Remover

All Size Halthicon UK/

Equivalent

Dental

201 Scalar with tips

201 Hand Piece spray

202 Files (M.I.T.I) (08 to 10mm) (15 to 40mm)

( H & K)

Dident/ Equivalent

203 Burs

Dident/

Equivalent

204 Glass Inomer (Cement)

GE Japan /Equivalent

205 Zinc phosphate Cement

Asia Japan /Equivalent

206 Cavit

207 Pulperyl

Septodent/ Equivalent

208 Cresophene

Septodent/ Equivalent

209 Sodium Hypocloride

210 Non Setting Calcium Hydroxide

211 EDTA (Liquid)

212 Endomethacin

Powder Septodent/ Equivalent

213 Endomethacin

Liquid Septodent/ Equivalent

214 Paper Point + G.P Point

Dident/ Equivalent

215 Inj. Lignocaine Plain 2ml Corterage Korea/

Page 42: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Equivalent

216 Inj.Lignocaine With Adarnaline

2ml Corterage Korea /

Equivalent

217 Lignocaine Spray

Korea/ Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

218 Lignocaine With Adarnaline Spray

Korea/ Equivalent

219 Dental X.Ray Film (Instant)

Yestar/China/ Equivalent

220 Disposable Needle

Dental Korea/

Equivalent

221 Setting Calcium Hydroxide

222 Alvegyl

Septodent/ Equivalent

223 Acosed Endoterra with Disinfectant spray

Acto/ Equivalent

224 Composite filling

225 Barrier Film

226 Endopost Kit

227 Suntion tip Disposable

228 Slow Speed hand Piece

229 Pulpotec

Produits Dentaries SA/

Equivalent

230 Zinc Oxide Eugenol

231 Disposable Napkils

232

233

234

Orthopedic Implants

235 Austin-More Prosthesis/Thompson Prothesis

Local/ Equivalent

236 4.5mm DCPs Narrow

All Holes Local/

Equivalent

237 4.5mm DCPs Broad

All Holes Local/

Equivalent

238 3.5mm Small Fragment DCP

All Hloes Local/

Equivalent

239 1/3 Trubular Plates

All Holes Irene China/ Equivalent

240 3.5mm Cortical Screw Small

Fragment Standard

Irene China/ Equivalent

241 4.5mm Cortical Screw All Size Irene China

Local/

Page 43: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Equivalent

242 6.5mm Cancellous Screw

Irene China / Equivalent

243 4.0mm Cancellous Screw

Irene China/ Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

244 4.5mm Cancellous Screw Irene China/ Equivalent

245 Washar

Local/

Equivalent

246 K-Wire

Local/

Equivalent

247 K-Nail

All Size Local/

Equivalent

248 T-Butters plates small Fragment

Irene China/ Equivalent

249 T-Butters plates small Standard

Irene China/ Equivalent

250 Condylar Blade Plate 95

All Size Local

/Equivalent

251 Dynamic hip Screw with plates

All Size Irene China / Equivalent

252 Bone Cement

Biomet USA/ Equivalent

253 Total Hip Replacement Cemented

Non Cemented

Irene China / Equivalent

254 Total Hip Replacement

Non- " Irene China/ Equivalent

255 Total Knee Replacement

AK Medi/

Equivalent

256 Denham/Steinman pins

Local/

Equivalent

257 Extrenal Fixator-Tubular AO Type

Local/

Equivalent

258 Ilizirov leg lengthening Fixator

Local/

Equivalent

259 Naseer-Arwais (NA) leg Lengthening Fixator

Local/

Equivalent

260 Drill Bits

Local

Equivalent

261 Y-Plates

All Size Irene China/ Equivalent

262 Acetabular Cage With Screw Pakistan Made

/ Equivalent

263 Spoon Plate

264 Unreamed Tibial Nail

All Size Irene China/ Equivalent

265 Interlocking Nail Femur, Tibial Humeral

All Size Local /

Equivalent

266 Interlocking Nail Femur, Tibial Humeral (Titanium)

All Size Irene China / Equivalent

267 Interlocking Nail Femur, Tibial Humeral (Satinless Steel)

All Size Irene China / Equivalent

268 Cannulated Screws All Size Local/

Equivalent

269 Cannulated Screws All Size Irene China/

Page 44: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

(Satinless Steel)

Equivalent

260 Cannulated Drill Bits

All Size Local/Equivalen

t

271 Dynamic Condylar Screw with Plates

All Size Irene China/ Equivalent

S.N Name of Item Specification Companies Packing /

Specification & company

Rate per Unit/ ML

272 Clover Leaf Plate

273 Condylar Support plate (Left/Right)

Local/

Equivalent

274 Hip Arthodesis plate

275 Locking DC Plates Upper limb/lower limb

Local/

Equivalent

276 Locking Cortical Screws

All Size Local/

Equivalent

277 Locking Cortical Screws (Titanium)

All Size Irene China/ Equivalent

278 Knowles Pins

Local/

Equivalent

279 Bi-polar Hip Prosthesis

Irene China/ Equivalent

280 2.5mm Small Fregment Plates

4 to 10 Holes Local/

Equivalent

281 2.5 mm Cortical Screw

Local/

Equivalent

282 Flexible Intra-Medullary Nails/Enders Nail

Stainless Steel,

TITANIUM / Equivalent

283 Malleolar Screw

Local/

Equivalent

284 Cervical Lateral Mass Screw + Rods

285 Transpedicular Screw+Rods (Cervical/thoracic/lambar)

286 Recon Plate

Irene China/ Equivalent

287 Retrograde Nail Femur

Irene China/ Equivalent

288 Headless Screw

Local/

Equivalent

289 Custom made THR/TKR

All Sizes

290 Orthofix Fixator

291 Titanium Voctetral Cage

292 Merceline Suture

293 Orthofix Fixator

294 Traction Weight 5kg Local/

Page 45: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Each

Equivalent

295 Wrist with Palm Support

All Sizes Local/

Equivalent

296 Knee Support All Sizes Local/

Equivalent

297 Ankle, Elbow Support

All Size Local/

Equivalent

Name of Bidder : ___________ (Sign, & Stamp): ___________

CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

1. Original receipt for purchase of tender.

2. Call Deposit Receipt

3. Experience of Firms Minimum one year business history from the date of authorization.

4. Financial Position

i. Income Tax Certificate ii. Proof Income Tax paid/Return Files iii. Financial/Bank Soundness Certificate

5. Equipments Available Attach the details of Equipment

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

7. Company profile including technical experts and managerial capability.

8. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

9. Price should not be mentioned on technical bid.

10. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

11. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad

Page 46: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD

TENDER FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS

Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE

DUE DATE: ____________

Page 47: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD

TENDER FEE: Rs.1000/- (Non-refundable) LAST DATE OF RECEIPT: 31.05.2017(09:00 P.M.) DATE OF OPENING: 31.05.2017(11:00 A.M.) DATE OF FINANCIAL BID OPENING: 13.06.2017(11:00 A.M.) Contract Period. Upto 30.06.2018 after issuance

of Award list

Bid Security: 2% of estimated price in shape

of CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING PROVISION OF LAB EQUIPMENT ON REAGENT BASIS.

Technical specifications for Provision of lab equipment on reagent basis. Instructions to the bidders, Terms and Conditions of contract & schedule of requirements are detailed in the bidding document available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website, www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017. M/s. ____________________________________________________________ ____________________________________________________________

Page 48: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

MEDICAL SUPERINTENDENT

SCHEDULE OF REQUIREMENT

Technical Bid

S.No Name of

Equipment Brand with Specification

Name and Specification of Quoted

Equipment

1

Fully Automated (3 part differential) Hematology

Analyzer

Merck Medonic M-Series or Equivalent

2 Electrolyte

Analyzer

LD300/

Easylyte or equivalent

3

Fully Automated

Chemistry Analyzer

Selectra E/ Mindray BS-240

or Equivalent

• Please furnish satisfactory Performance Certificate from End

User(Pathologist)

Page 49: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Supplies required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

(b) Terms and Conditions of Contract ;

(c) Schedule of Requirements;

(d) Contract Form;

(e) Manufacturer’s Authorization Form;

(f) Bid Form; and

(g) Price Schedule. (h) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PROVISION OF LAB EQUIPMENT ON REAGENT BASIS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required items. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

Page 50: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Supplies and Services 4.1 All Supplies and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Supplies and services. 4.2 For the purpose of this clause, (a) the term “Supplies” includes any Supplies that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare Supplies availability, etc. For purposes of this clause, “origin” means the place where the Supplies are mined, grown, or produced, or the place from which the related services are supplied. Supplies are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than Seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may

Page 51: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Supplies to be supplied by the Bidder are eligible Supplies and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Supplies to be supplied, a brief description of the Supplies, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Supplies, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker.

Page 52: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

13.3 The Bidder should quote the prices of Supplies according to the technical specifications. The specifications of Supplies, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Supplies and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Supplies and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Supplies shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Supplies, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has

Page 53: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Supplies’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Supplies, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening.

Page 54: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if

Page 55: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3 All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria

Page 56: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.

The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as

determined by the Technical Committee.

Total Evaluation marks = 100 Passing Marks = 70

S.No Parameters Detail Total

Marks Remarks

Obtained Marks

1

Major Institution served

20

Please attach the

Bidder's Past i 1 10 Copies of quoted

Performance ii 2 15 supply order(s)

iii 3 20

2

Bidder's Market i

1 Year 5

15

Experience will be

Experience ii

2 Year 10 confirmed from

the

iii

3 Year 15 date of

registration

3 Bidder's

financial status

i

Bank Statement

OR 8

15 Balance Sheet

ii Tax return 7

4 Copies of valid Certificate(s)

i NTN 10 50

Page 57: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

ii GST 10

iii Professional

Tax 10

iv Authorized Distributor

20

Qualifying Marks 70

Total Marks 100

29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Supplies originally specified in the Price Schedule and

Page 58: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS beyond the periods specified in the Schedule of Requirements, penalty @ 0.5% per week of the cost after 1 week 1% per week on word. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

Page 59: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

TERMS AND CONDITIONS OF CONTRACT FY 2017-18 PROVISION OF LAB EQUIPMENT ON REAGENT BASIS

The Tender document including evaluation criteria for the purchase of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS will be conducted through PPRA Rules 2014 (Single Stage-Two Envelopes).

3. Reagents for Lab equipment (Rental Reagent Basis) will be supplied at

basement of the hospital by the supplier on his own transport. 4. Cash receipt token of having purchase the tender, must accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

7. The Medical Superintendent does not pledge himself to accept the lowest bid and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

8. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action.

9. The sealed tender will be received up to 31-05-2017 at 09:00 AM and will be opened

at 31-05-2017 at 11:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according to PPRA Rules 2014).

10. First Technical Bid will be opened on prescribed date and the technical evaluation

criteria of bids will be completed. Financial Bid will be opened in the presence of

party / firms representative on 13-06-2017 at 11:00 AM.

11. The rate contract through this tender/contract for the supply of PROVISION OF LAB

EQUIPMENT ON REAGENT BASIS will be for the period from 1st July 2017 to 30th

June 2018. The purchase will be made from time to time as per requirements of this

Hospital at the same approved rates of tender. In case you fail to supply the required

items during the contract period, 10% Performance Guarantee will be forfeited and

the firm will be black listed.

Page 60: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

12. Pay Order / Demand draft Rs. 60,000/- is mandatory to be deposited along with

tender documents as bid security.

13. After successful awarding of tender, the bid security will be returned and successful

bidder will deposit 10% Performance Guarantee within 07 days positively.

14. The firm will provide item(s) Sale License/Distribution Certificate along with the

tender documents.

15. The bidder should submit an undertaking for the items of same specifications,

quality /brand etc on judicial paper that the price quoted in the tender is not more

than the market price or price charged from any other Public Sector.

16. If it is noted that rate quoted is over / above the market rate, undersigned has the

right to cancel the tender.

17. In case of any discrepancy/over invoicing, the bidder will refund the excess amount

or excess amount will be deducted from the outstanding bills/Deposit at Call of said

firm.

18. Quality / Quantity of item(s) supplied will be checked by hospital inspection

committee(s) notified by the Medical Superintendent.

19. If a batch of items is found sub-standard, adulterated or contaminated, in

accordance with the offence, firm/supplier can be black listed by the competent

authority and their performance guarantee will be forfeited.

20. In case of Near Expiry Items (Six months) the suppliers will responsible for

replacing the quantity with extended expiry date.

21. NO PARTIAL OR INCOMPLETE SUPPLY WILL BE RECEIVED BY THE

CENTRAL MEDICAL STORE. ALL SUPPLIERS ARE BOUND TO SUPPLY

COMPLETE ORDERS.

22. THE FIRM SHALL DELIVER THE ITEMS TO THE HOSPITAL WITHIN THE

STIPULATED TIME i.e 15 DAYS AS MENTIONED IN SUPPLY ORDER. AN

INTIMATION LETTER WILL BE SEND TO FIRM UPON FAILURE TO SUPPLY

WITHIN STIPULATED TIME i.e 15 DAYS OF ISSUANCE OF SUPPLY ORDER.

FAILURE TO RESPOND WITHIN ONE WEEK (7 DAYS) OF ISSUANCE OF THE

INTIMATION LETTER, A SHOW CAUSE NOTICE WILL BE SERVED TO THE

FIRM AND COPY OF THE NOTICE WILL BE FORWARDED TO DIRECTOR

LEGAL & MONITORING PPRA. PROCEEDINGS ACCORDING TO PPRA WILL

BE INITIATED AGAINST THE FIRM.

23. IN CASE OF EMERGENCY REQUIREMENT OR STOP GAP ARRANGEMENT;

RISK PURCHASE SHALL BE MADE AND AMOUNT INCURRED WILL BE

RECOVERED FROM THE CONTRACTOR. AN LPC FOR RISK PURCHASE

WILL BE CALLED UPON.

24. The firm should be registered for the Sales Tax/Income Tax/Professional Tax.

25. Income tax will be deducted under section 153 of the Income Tax Ordinance

2001.

26. Original/verified PRICE LISTS of all the item(s) Offered by supplier must be

attached with tender documents duly attested by company authorized person.

Page 61: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

27. Price(s) of the item(s) and manufacturer’s name must be entered on the

departmental rate contract form duly signed and stamped.

28. The rates once finalized will be applicable for whole of the contract period

irrespective of any change in currency rate in open market.

29. The Firm/Party shall supply the item at “THE PUNJAB EMPLOYEES SOCIAL

SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

30. No bidder will be allowed to alter or modify his bid after the closing time for the

submission of the bids.

31. The contract period may be extended up to three years if allowed by the Competent

Authority.

32. In case of any discrepancy, less weight, short supply etc the supplier will be held

responsible.

33. All items supplied will be in accordance with the Drugs Act 1976 “Labeling and

packing rules, 1986”, if so required.

34. Tender fee is Rs. 1,000/-(Nonrefundable).

35. The firm will not attach any condition with the tender.

36. No document other than required by hospital, should be attached along with

tender/rate contract.

37. The supplier/firm once awarded a tender will provide their postal address, landline

numbers, fax numbers and email addresses so that constant contact must be

ensure for un-interrupted supply.

38. The procuring agency shall disqualify a contractor on the ground that he had

provided false, fabricated or materially incorrect information.

39. SUPPLIERS AWARDED CONTRACT IN PAST BY PESSI HOSPITAL I-12

ISLAMABAD MUST PROVIDE A “SATISFACTORY REPORT SIGNED &

STAMPED BY THE END USER(S)” ALONG WITH TENDER DOCUMENTS.

FAILURE TO PROVIDE WILL RESULT IN DISQUALIFICATION (COPY OF

SAMPLE SATISFACTORY REPORT ATTACHED).

40. The Competent Authority / Local Purchase Committee reserves the right to reject

any one or all bids.

NOTE:- BIDDERS MUST MENTION THE PACKING OF ITEMS AS PER TEST COST & PER ML COST IN THEIR FINANCIAL BIDS. OTHERWISE BIDS WILL BE REJECTED DUE TO INCOMPLETE INFORMATION UNDER PPRA RULES 2014, FORMAT OF FINANCIAL BID IS ATTACHED. Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

.

Page 62: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Satisfactory report Sample Performa

Year M/s. Equipment & Reagent Supplied

Comments by End user(s) Satisfactory/unsatisfactory

Name of end user(s) : ______________________________ Department : ______________________________ Stamp: ______________________________ Date: ______________________________ Signature: ______________________________

CONTRACT FORM

Page 63: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THIS AGREEMENT is entered into at Islamabad on ________ 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT

TYPE OF SERVICE: Supply of PROVISION OF LAB EQUIPMENT ON REAGENT BASIS

NOW, THEREFORE, THIS SERVICES AGREEMENT WITNESSED AS FOLLOWS:

7. The Supply of Provision of lab equipment on reagent basis to the

basement of PESSI Hospital, Islamabad will be the responsibility of Service Provider.

8. The Maintainace of quality, quantity of l will be the responsibility of Service Provider.

9. The service provider will ensure to swiftly respond the demand of Supply of Provision of lab equipment on reagent basis, the response time will not be more than __________.

10. The collection of empty cylinders will be the responsibility of Service Provider. 11. The Service provider will ensure supply of Supply of Provision of lab

equipment on reagent basis ______________. 12. The bidding documents shall also be compulsory part of this agreement.

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.

Signed/Sealed by Authorized officer PESSI 1. 2.

Price Schedule DATE OF FINANCIAL BID OPENING:13-06-2017

SUPPLY OF PROVISION OF LAB EQUIPMENT ON REAGENT BASIS (F.Y 2017-18)

S.No Name of Items Specification Company Packing

& Rate Per ml cost

Per Test Cost

Automated Chemistry Analyzer

1 Albumin

2 Alk.Phos

3 ALT

Page 64: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

4 AST

5 Gamma gt

6

Bilirubin Total vox

7 Direct Bilirubin Vox

8 Urea

9 Creatinine

10 Uric Acid

11 Cholesterol

12 TG

13 DHL Direct

14 LDL Direct

15 Total Protein

16 Amylase

17 Glucose

18 CK-Nac

19 CKMB

20 LDH

21 Calcium

22 Iron

23 Phosphorus

24 CSF Protein

25

Megnesium

26 M.Albumin Turbi

27 Lactate Lyphoized

28 Lipase

29 HBA1 C

30 ADA

31 Aldolase

Page 65: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Lyophized

32 TIBC

33 RAF Turbi

34 ASO Turbi

35 CRP Turbi

36 Aldolase Control

37 Aldolose Calibrator

38 Calibrator

39 Control N

40 Control H

41 CKMB Calibrator

42 CKMB Control Normal

43 Protein Calibrator

44 HBA1 C Calibrator

45 HBA1 C Control

46 CD-80 2Ltr

47 Reaction Vuvettes

Electrolyte Analyzer

1 Na,K,CL,Ca.Ph

2 Calibration Solution

Hematology Analyzer

1 Lyse

2 Diluent

Name of Bidder _____________________ Signature and Stamp ________________ CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

12. Original receipt for purchase of tender.

13. Call Deposit Receipt

14. Experience of Firms Minimum one year business history from the date of authorization.

15. Financial Position

iv. Income Tax Certificate v. Proof Income Tax paid/Return Files vi. Financial/Bank Soundness Certificate

Page 66: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

16. Equipments Available Attach the details of Equipment

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

18. Company profile including technical experts and managerial capability.

19. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

20. Price should not be mentioned on technical bid.

21. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

22. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad

Page 67: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR CONDUCTING CT MRI ECHO ETC TEST

Page 68: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR CONDUCTING CT MRI ECHO ETC TEST

Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE

DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

Page 69: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,

I-12, ISLAMABAD

TENDER FEE: Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)

DATE OF OPENING: 01.06.2017 (10:00 A.M.)

DATE OF FINANCIAL BID OPENING: 06.06.2017 (10:00 A.M)

Contract Period. 01-Year after issuance of work

order

Bid Security: 2% of estimated price in shape of

CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING CONDUTING CT MRI ECHO

ETC TEST.

Technical specifications for the Conducting CT MRI Echo Etc Test

Instructions to the bidders, General Conditions of contract, special conditions of

Contract & schedule of requirements are detailed in the bidding document

available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,

www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.

M/s. ____________________________________________________________

____________________________________________________________

MEDICAL SUPERINTENDENT

Page 70: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

List of Tests To Be Performed

MRI TEST

Sr.No Name of Test Test Performed

Yes/No

1. Brain with contrast

2. Brain Without Contrast

3. Cervical Spine without Contrast

4. Cervical Spine With Contrast

5. Thoracic Spine with Contrast

6. Thoracic Spine without Contrast

7. Lumbar Sacral Spine with contrast

8. Lumbar Sacral Spine without contrast

9. Abdomen with contrast

10. Extremities > Upper Limb Including

Shoulder, Girdle with contrast

11. Extremities > Upper Limb Including

Shoulder, Girdle without contrast

12. Extremities > Lower Limb Including

Pelvic Girdle with contrast

13. Extremities > Lower Limb Including

Pelvic Girdle without contrast

14. Pelvis with contrast

15. Pelvis without contrast

16. Chest with contrast

17. Chest without contrast

18. MRA

19. MRV

20. MRI with sedation

21. Renal Tract With Contrast

22. Renal Tract Without Contrast

23. Orbit With Contrast (Ophthalmology)

24. Orbit Without Contrast (Ophthalmology)

25. Brain with contrast including Cochlea &

Internal Auditory Meatus (ENT)

26. Brain Without Contrast including

Cochlea & Internal Auditory Meatus

(ENT)

27. MRCP

28. JOINT (Shoulder,Hip,Knee,Ankle,Elbow)

29. MRI Pelvimetry

C.T SCAN TEST

Sr.No Name of Test Test Performed

Yes/No

1. Abdomen without contrast

2. Abdomen with contrast

3. Brain Head Without Contrast

4. Brain Head With Contrast

5. Chest Thorax Without Contrast

6. Chest Thorax With Contrast

Page 71: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

7. Chest Lungs High Resolution(HR CT)

8. Cervical Spine Contrast

9. Cervical Spine Without Contrast

10. Thoracic Spine With Contrast

11. Thoracic Spine Without Contrast

12. Abdomen +Pelvis with Contrast

13. Abdomen +Pelvis without Contrast

14. CT- Temporal Bones & Middle Ear Without

Contrast

15. CT-Sinuses & Orbits With Contrast

16. CT-Angiography- Brain

17. Triphase CT scan Liver

18. Myocardial Perfusion Scan

19. Orbit With Contrast (Ophthalmology)

20. Orbit Without Contrast (Ophthalmology)

21. CT Urogram

22. CT Guided Biopsy (Chest + Abdomen)

23. Extremities > Upper Limb Including Shoulder,

Girdle with contrast

24. Extremities > Upper Limb Including Shoulder,

Girdle without contrast

25. Extremities > Lower Limb Including Pelvic

Girdle with contrast

26. Extremities > Lower Limb Including Pelvic

Girdle without contrast

27. KUB Plain

28. Pelvimetry

29. Pelvic with contrast

30. Pelvic without contrast

31. CT-Angiography-Limbs

32. CT-Angiography-Renal

33. CT-Angiography-Abdominal Vessels

34. CT-Angiography-Neck Nessels

35. Portovenogram

36. CTPA

Echocardiography Test 01 Echocardiography Test

ETT Test 01 ETT Test

MISC Imaging 01 OPG

02 DEXA SCAN

03 EEG

04 Doppler Study

SIGNATURE & STAMP OF THE BIDDER. __________________________________________.

Page 72: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

(b) General Conditions of Contract (GCC);

(c) Special Conditions of Contract (SCC);

(d) Schedule of Requirements;

(e) Contract Form;

(f) Manufacturer’s Authorization Form; (g) Bid Form; and

(h) Price Schedule.

(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR CONDUCTING CT MRI ECHO ETC TEST under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For

Page 73: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of

Page 74: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted.

Page 75: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.

Page 76: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

Page 77: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

Page 78: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the

Page 79: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding

documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material

deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.

Page 80: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as

determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70

S.No CRITERIA Score Items Marks Division Marks

1 NTN No. & GST Registration & Copy thereof

NTN No. 5

20 Professional Tax 5

GST 10

2

Financial Soundness of the Firm If Balance sheet and bank

statement both are

Deposited than only

marks of balance sheet

(12-Marks)

Would be counted.

Tapering down

phenomenon

regarding rating of

marks shall be applied on

Competitive firms.

Income Tax Paid Certificate

8

20

Balance Sheet 12

Bank Statement 8

3

Over all Reputation in Reference to the Product • No. of

reference/certificates

provided regarding

performance of the

Tests from head of the

concerned

institute/hospital.

Reference/certificate of

the test & reports shall

be verified by the

PESSI independently.

• Public Sector = 05

• Private Sector = 05

Private Sector + Public Sector

10

10

Public Sector 5

Private Sector 5

4 Rating by PESSI

Consultant

Tests performed within the Centre.

10 10

Equipment 10 10

On line reporting Facility

5 5

Delivery of reports within 24 hours

5 5

Consultants on Panel a)Full Time

Consultant=10 b) Visiting

Consultant=05

10 10

Quality Control a. External Quality Control Program

b. Internal Quality Control Program

c. ISO Cert.

5 5

Page 81: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Alternate power supply arrangement

to avoid delay in Test/reporting

5 5

Qualifying Score= 60

Total Score=100

29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the

Page 82: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The supplies shall be delivered within 15 days w.e.f the next date after the date of issue of Purchase Order (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late delivery of Parts beyond the periods specified in the Schedule of Requirements, penalty @ 1% per week of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

General Conditions of Contract (GCC)

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including

Page 83: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

all attachments and appendices thereto and all documents incorporated by reference therein.

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

c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section.

f. “SCC” means the Special Conditions of Contract.

g. “The Procuring Agency” means The Punjab Employees Social Security Institution.

h. “The Procuring Agency’s Country” is the country named in SCC

i. “The Supplier” means the individual or firm supplying the Parts under this Contract.

j. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin 3.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such Parts and services. 3.2. For purposes of this clause, “origin” means the place where the Parts are produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing. 4. Standards

5. 4.1 The Parts supplied under this Contract shall conform to the standards mentioned in the bidding documents/ Technical Specifications.

5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Parts or any part thereof in the country. 7. Submission of Samples

Page 84: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

7.1 The samples shall be submitted as per detail in instruction to the bidder 8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of Parts beyond the periods specified in the Schedule of Requirements, penalty @ 1% per week of the cost. 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection of Parts 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 12.1 The Parts supplied under the Contract shall be delivered duty paid (DDP) under which risk is transferred to the buyer after having been delivered; hence insurance coverage is Seller’s responsibility. 13. Transportation 13.1 The Supplier shall arrange such transportation of the Parts as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of Parts shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 14.1 The Supplier shall be required to provide the incidental services as specified in SCC and the cost of which should include in the total bid price. 15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices

Page 85: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Delivery of the Parts shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the Parts, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to deliver any or all installments of the Parts within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.

c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission)

Page 86: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Page 87: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Special Conditions of Contract (SCC) (Pkg-1)

1. The Transportation of Patients will be done by hospital administration.

2. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. Attested copy of any registration certificate held by the company may be attached.

7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.

09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.

10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

22. The Medical Superintendent does not pledge himself to accept the lowest bid

and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.

Special Conditions of Contract (SCC) (Pkg-2)

1. The Tender for the CONDUCTING CT MRI ECHO ETC TEST will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).

2. Bid Validity, Opening and closing time will be according to PPRA Rules 2014. 3. The sealed tender will be received 01.06.2017 till 09:00 AM and will be

opened at 10:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).

4. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 10:00AM..

5. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.

6. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.

7. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.

8. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.

9. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.

Page 88: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

10. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.

11. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.

12. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.

13. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.

14. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.

15. In case of emergency requirement; Risk Purchase/diagnostics shall be made and amount incurred will be recovered from the contractor.

16. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

17. The Firm will the delivery of reports(hard copy) within 24 Hours. 18. The minimum response time for attending the patients should not be more

than 05 hours. 19. Tender fee is Rs. 1000/- (Nonrefundable). 20. Rule 36A. One person one bid will be followed strictly.

21. The firm will not attach any condition with the tender. 22. The firm has no right to make any change in the tender once submitted. 23. The firm should be registered in the Income Tax/Sales Tax. 24. The Tender can be extended upto 03Years subject to satisfactory

performance, Market Price and Principle of Procurement. 25. The Competent Authority / Purchase Committee has reserved the right to reject

any one or all offers with assigning any reason.

Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Page 89: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CONTRACT FORM

THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT

TYPE OF SERVICE: CONDUCTING THE CT MRI ECHO Etc TEST ON NEED BASIS. NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:

13. The conducting of CT MRI Echo Etc test should be done by trained professionals on state of art equipment.

14. The patients having the referral slips should be facilitated on priority basis. 15. The reports/findings of diagnostics should be delivered to this hospital within 12-

18 Hours positively. 16. The Transportation of Patients will be done by PESSI Hospital, in case of

unnecessary delay on account of service provider; the patients should be drop back to PESSI Hospital on their expenses.

17. The consultants of service provider will be bound to attend any type of clinical meeting at PESSI Hospital regarding non-co relating of clinical & diagnostics finding, in case of non-compliance the contract can be cancelled and firm will be black listed.

18. The service provider will ensure to provide Emergency medical services in case of any type of Medical emergency or adverse drug reaction, However no charges will be admissible.

19. The bidding documents shall also be compulsory part of this agreement.

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.

Signed/Sealed by Authorized officer PESSI 1. 2.

Page 90: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Price Schedule

DATE OF FINANCIAL BID OPENING: 06.06.2017

CONDUCTING CT/MRI/ECHO Etc Test CONTRACT (F.Y 2017-18)

MRI TEST Sr.No Name of Test Rates Offered

1. Brain with & Without Contrast

2. Brain with contrast

3. Brain Without Contrast

4. Cervical Spine with & Without Contrast

5. Cervical Spine without Contrast

6. Cervical Spine With Contrast

7. Thoracic Spine with & Without Contrast

8. Thoracic Spine with Contrast

9. Thoracic Spine without Contrast

10. Lumbar Sacral Spine with & Without Contrast

11. Lumbar Sacral Spine with contrast

12. Lumbar Sacral Spine without contrast

13. Abdomen with & Without Contrast

14. Abdomen with contrast

15. Abdomen Without Contrast

16. Extremities > Upper Limb Including Shoulder,

Girdle with & Without Contrast

17. Extremities > Upper Limb Including Shoulder,

Girdle with contrast

18. Extremities > Upper Limb Including Shoulder,

Girdle without contrast

19. Extremities > Lower Limb Including Pelvic

Girdle with & Without Contrast

20. Extremities > Lower Limb Including Pelvic

Girdle with contrast

21. Extremities > Lower Limb Including Pelvic

Girdle without contrast

22. Pelvis with & Without Contrast

23. Pelvis with contrast

24. Pelvis without contrast

25. Chest with & Without Contrast

26. Chest with contrast

27. Chest without contrast

28. MRA

29. MRV

30. Sedation For MRI

31. Renal Tract with & Without Contrast

32. Renal Tract With Contrast

33. Renal Tract Without Contrast

34. Orbit with & Without Contrast

35. Orbit With Contrast (Ophthalmology)

36. Orbit Without Contrast (Ophthalmology)

37. Brain with & Without Contrast including

Cochlea & Internal Auditory Meatus (ENT)

38. Brain with contrast including Cochlea & Internal

Auditory Meatus (ENT)

Page 91: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

39. Brain Without Contrast including Cochlea &

Internal Auditory Meatus (ENT)

40. MRCP

41. JOINT (Shoulder,Hip,Knee,Ankle,Elbow)

42. MRI Pelvimetry

C.T SCAN TEST

Sr.No Name of Test Rates Offered

1) with & Without Contrast

2) Abdomen without contrast

3) Abdomen with contrast

4) Brain Head with & Without Contrast

5) Brain Head Without Contrast

6) Brain Head With Contrast

7) Chest Thorax with & Without Contrast

8) Chest Thorax Without Contrast

9) Chest Thorax With Contrast

10) Chest Lungs High Resolution(HR CT)

11) Cervical Spine with & Without Contrast

12) Cervical Spine Contrast

13) Cervical Spine Without Contrast

14) Thoracic Spine with & Without Contrast

15) Thoracic Spine With Contrast

16) Thoracic Spine Without Contrast

17) Abdomen +Pelvis with & Without Contrast

18) Abdomen +Pelvis with Contrast

19) Abdomen +Pelvis without Contrast

20) CT- Temporal Bones & Middle Ear with &

Without Contrast

21) CT- Temporal Bones & Middle Ear With

Contrast

22) CT- Temporal Bones & Middle Ear Without

Contrast

23) CT-Sinuses & Orbits with & Without Contrast

24) CT-Sinuses & Orbits With Contrast

25) CT-Sinuses & Orbits Without Contrast

26) CT-Angiography- Brain

27) Triphase CT scan Liver

28) Myocardial Perfusion Scan

29) Orbit with & Without Contrast(Ophthalmology)

30) Orbit With Contrast (Ophthalmology)

31) Orbit Without Contrast (Ophthalmology)

32) CT Urogram

33) CT Guided Biopsy (Chest + Abdomen)

34) Extremities > Upper Limb Including Shoulder,

Girdle with & Without Contrast

35) Extremities > Upper Limb Including Shoulder,

Girdle with contrast

36) Extremities > Upper Limb Including Shoulder,

Girdle without contrast

37) Extremities > Lower Limb Including Pelvic

Girdle with & Without Contrast

38) Extremities > Lower Limb Including Pelvic

Girdle with contrast

39) Extremities > Lower Limb Including Pelvic

Girdle without contrast

Page 92: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

40) KUB Plain

41) Pelvimetry

42) Pelvic with & Without Contrast

43) Pelvic with contrast

44) Pelvic without contrast

45) CT-Angiography-Limbs

46) CT-Angiography-Renal

47) CT-Angiography-Abdominal Vessels

48) CT-Angiography-Neck Nessels

49) Portovenogram

50) CTPA

Echocardiography Test 01 Echocardiography Test

ETT Test 01 ETT Test

MISC Imaging 01 OPG

02 DEXA SCAN

03 EEG

04 Doppler Study

NAME OF BIDDER ________________________________________.

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Page 93: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

23. Original receipt for purchase of tender.

24. Call Deposit Receipt

25. Experience of Firms Minimum one year business history from the date of authorization.

26. Financial Position

vii. Income Tax Certificate

viii. Proof Income Tax paid/Return Files

ix. Financial/Bank Soundness Certificate

27. Imaging Equipments Available Attach the details of Imaging equipment and Maintainace record

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

29. Company profile including technical experts and managerial capability.

30. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

31. Price should not be mentioned on technical bid.

32. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

33. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad

Page 94: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR TAKING CLINICAL LAB ON PANNEL FOR

VARIOUS INVESTIGATIONS

Page 95: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS

Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE

DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

Page 96: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,

I-12, ISLAMABAD

TENDER FEE: Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT: 01.06.2017(09:00 A.M.)

DATE OF OPENING: 01.06.2017(10:30 A.M.)

DATE OF FINANCIAL BID OPENING: 06.06.2017 (10:30 A.M)

Contract Period. 01-Year after issuance of work

order

Bid Security: 2% of estimated price in shape of

CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING TAKING CLINICAL LAB ON

PANNEL FOR VARIOUS INVESTIGATIONS.

Technical specifications for Taking Clinical Lab On Pannel For Various Investigations.

Instructions to the bidders, General Conditions of contract, special conditions of

Contract & schedule of requirements are detailed in the bidding document

available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,

www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.

M/s. ____________________________________________________________

____________________________________________________________

MEDICAL SUPERINTENDENT

Page 97: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

List of Tests To Be Performed

S.No NAME OF LABORATORY TEST Performed Within Lab Yes or No

CHEMICAL PATHOLOGY

1 Blood Gases and Acid Base Status (Arterial blood)

2 Serum Bicarbonate level

3 Serum Calcium Ionized

4 Serum Calcium Total

5 Serum Magnesium

6 Serum Phosphates

7 Serum Ketones

8 Serum AST

9 Serum CK

10 Serum CK-MB

11 Serum LDH

12 TROP T (Rapid Test)

13 TROP I (Rapid Test)

14 Glycosylated Haemoglobin

15 Plasma Glucose (Fasting)

16 Plasma Glucose (Random)

17 Serum HDL Cholesterol

18 Serum LDL Cholesterol

19 Serum Total Cholesterol

20 Serum Triglycerides

21 Plasma Ammonia

22 Serum Albumin

23 Serum Total Bilirubin

24 Serum Direct Bilirubin

25 Serum Indirect Bilirubin

26 Serum ALT

27 Serum Alkaline Phosphatase

28 Serum Gamma GT

29 Serum Total Protein

30 Serum Ascitic Albumin Gradient (SAAG)

31 Glucose Challenge Test (50g)

32 Oral Glucose Tolerance (75g)

33 Plasma Lactate

34 Plasma Osmolality

35 Serum Albumin to Globulin Ratio

36 Serum Amylase

37 Serum Iron

38 Serum Lipase

39 Serum Prostatic Acid Phosphatase

40 Serum TIBC

41 Serum Total Acid Phosphatase

42 Serum Aldolase

43 Serum Sodium

44 Serum Potassium

Page 98: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

45 Serum Chloride

46 Serum Lithium

47 Serum Urea

48 Serum Creatinine

49 Serum Uric Acid

50 24 hrsCreatinine Clearance

51 24 hrs Urine Calcium

52 24 hrs Urine Phosphates

53 24 hrs Urine Protein

54 24 hrs Urine Urea

55 24 hrs Urine For Microalbumin

56 Urine Sodium

57 Urine Potassium

58 Urine Chloride

59 Urine Ketones

60 Urine Amylase

61 Urine Creatinine

62 Urine Osmolality

63 Urine Uric Acid

64 Spot Urine for microalbumin

65 Fluid Albumin

66 Fluid Amylase

67 Fluid Creatinine

68 Fluid for Cholesterol

69 Fluid for Chloride

70 Fluid for Triglycerides

71 Fluid Glucose

72 Fluid LDH

73 Fluid Lipase

74 Fluid Sodium

75 Fluid Potasium

76 Fluid Protein

77 Urinary Albumin Creatinine Ratio (On Spot Urine)

SPECIAL CHEMISTRY

78 Serum Estradiol

79 Serum FSH

80 Serum LH

81 Serum Progesterone

82 Serum Prolactin

83 Sex Hormone Binding Globulin

84 Serum Testosterone

85 Growth Hormone (Basal Level)

86 Growth Hormone (Post LevoDopa)

87 Growth Hormone(Post Exercise)

88 17-Hydroxy Progesterone

89 C-Peptide (Fasting)

90 DHEA-S

91 GnRH Stimulation Test

92 Growth Hormone Suppression Test

Page 99: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

93 HCG Stimulation Test

94 Insulin Tolerance Test

95 Plasma ACTH

96 Plasma Parathyroid Hormone

97 Serum Ferritin

98 Serum Caeruloplasmin

99 Serum Thyroglobulin

100 Serum Insulin Fasting

101 Serum Free T3

102 Serum Total T3

103 Serum Free T4

104 Serum Total T4

105 Serum TSH

106 HLA B27

107 Anti Adrenal Antibodies

108 Anti Cardiolipin Antibodies

109 Anti Centromere antibodies

110 Anti ds DNA antibodies

111 Anti Endomyseal antibodies

112 Anti Extractable Nuclear Antigen Antibodies

113 Anti Gliadin antibodies

114 Anti TTG Antibodies

115 Anti intrinsic factor Antibody

116 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)

117 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)

118 Anti Nuclear Antibodies

119 Anti reticulin antibodies

120 Anti Reticulin Antibodies Titre

121 Anti Ribosome Antibodies

122 Anti-Cyclic Citrullinated Peptide Antibodies

123 Complement C3

124 Complement C4

125 Cryoglobulins

126 Gastric Parietal cell antibodies

127 RA factor Qualitative

128 RA Factor Quantitative

129 Skeletal muscle antibodies

130 Insulin antibodies/Islet cell antibodies

131 Anti Thyroglobulin antibodies

132 Anti Thyroid Microsomal antibodies

133 Anti histone antibodies

134 Anti Glomerular Basement membrane antibodies

135 Liver Kidney microsomal Antibodies

136 Smooth muscle antibodies

137 Mitochondrial Antibodies

138 Antinucleolar antibodies

139 Anti Sperm Antibodies

140 Alpha-1 Antitrypsin

141 IgA-Immunoglobulin Level

Page 100: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

142 IgE-Immunoglobulin Level

143 IgG-Immunoglobulin Level

144 IgM Immunoglobulin Level

145 CRP - C reactive protein (Quantitative)

146 ß-2 Microglobulin

147 Serum H.pyloriIgMIgG antibodies

148 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)

149 H. pylori Stool Antigen

150 Hydated/Ecchinococcus Antibodies

151 Serum ACE

152 Serum Cortisol

153 Serum Copper

154 Serum Protein Electrophoresis

155 Urinary Copper

156 Serum Total Vitamin D

157 Serum Alpha Fetoprotein

158 CA 125

159 CA 19-9

160 Carcinoembryonic Antigen (CEA)

161 Serum Prostate specific antigen

162 Serum Folate

163 Serum ß-HCG

164 Serum VIT B12

165 Complement fixation test

166 Mumps antibody

167 Poliovirus antibody

168 Serum for Antibody to Herpes Simplex (HSV)

169 Varicella zoster antibody

170 Hepatitis B surface antigen (HBsAg) by ICT

171 Antibody to hepatitis C virus (Anti HCV) by ICT

172 Hepatitis B surface antigen (HBsAg) by ELISA

173 Antibody to hepatitis C virus (Anti HCV) by ELISA

174 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA

175 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA

176 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA

177 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA

178 HBeAg by ELISA

179 Antibody to Hepatitis D virus by ELISA

180 Antibody to Hepatitis E virus by ELISA

181 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA

182 Dengue Virus NS I (ELISA)

183 Dengue Virus IgG (ELISA)

184 Dengue virus IgM (ELISA)

185 Antibodies to H5N1 antigen

186 Anti HIV antibodies (ELISA)

187 Epstien Barr Virus IgM

188 Antibody to Toxoplasma virus (IgM and IgG) By ELISA

189 Antibody to Rubella virus (IgM and IgG) By ELISA

Page 101: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

190 Parvo virus B19 IgM

191 Rota virus antigen in stool

192 Brucella Antibody test

193 Typhidot test (IgM and IgG)

HAEMATOLOGY

194 Blood Complete Picture

195 Peripheral Blood Film

196 Reticulocyte count

197 Bone Marrow Aspiration (Sampling + Report)

198 Bone Marrow Trephine (Sampling + Report)

199 Bone Marrow slides for review

200 HbElectrophresis

201 Blood Group

202 G6PD screening test

203 Heinz body test

204 RBC osmotic fragility test

205 Urine haemosiderin

206 Lupus anticoagulant

207 Antithrombin

208 FDPs

209 D- dimers

210 Erythrocyte Sedimentation Rate

211 Factor V Leiden Screening Test

212 Factor VIII inhibitor

213 G6PD screening test

214 Hams test

215 PT / INR

216 APTT

217 LAP score

218 LE Cell Test

219 ICT MP

220 Nasal Smear for eosinophils

221 Peripheral Film for Malarial Parasite

222 Peripheral Film for Microfilaria

223 Plasma Fibrinogen

224 Protein C

225 Protein S

226 Sickling Test

227 Smear for Leishmaniasistropica (LT) bodies

228 Sputum for Eosinophils

229 Thrombin time

PCR

230 PCR for Xmn-I Polymorphism

231 PCR for bcr-abl gene rearrangement

232 PCR for Factor V Leiden

233 PCR for Haemophilia

234 PCR for JAK2 mutation:

235 PCR for thalassaemia

236 PCR for trisomies

Page 102: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

237 Hepatitis B DNA PCR (Qualitative)

238 Hepatitis B DNA PCR (Quantitative)

239 Hepatitis B Genotyping

240 HCV RNA PCR (Qualitative)

241 HCV RNA PCR (Quantitative)

242 HCV Genotyping

HISTOPATHOLOGY

243 FNAC Procedure and Examination

244 Specimen for Histopathology

245 Estrogen Receptor Studies

246 Progesterone Receptor Studies

247 Her-2-Neu

248 Histopath Special stain

249 Histopath Slides / Blocks review

250 Fluid for cytology

251 PAP Smear

MICROBIOLOGY

252 Bacteria for C/S (Any specimen)

253 Blood for C/S

254 Urine for C/S

255 Fungus For Culture

256 AFB Culture

257 Swab for fungal hyphae

258 ASOT

259 TPHA

260 VDRL

261 WIDAL TEST

TOXICOLOGY

262 Drugs of Abuse Screening

263 Blood Alcohol

264 Serum Benzodiazepines

265 Urinary Cannabinoids

266 Urinary Opiates

267 Urine Alcohol

268 Urine Barbiturates

269 Urine Benzodiazepines

SPECIAL TUBERCULOSIS TESTS

270 Quantiferon TB Gold test (by IGRA)

271 Genexpert TB/RIF

272 PCR for M TB

273 TB Serology

CLINICAL PATHOLOGY

274 Urine RE

275 Sputum for AFB

276 Sputum for Gram Stain

277 Sputum RE

278 Stool Ova/Cyst

279 Stool RE

280 Stool for Occult blood

Page 103: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

281 Urine for Bence Jones Proteins (BJP)

282 Ascitic Fluid Routine Examination

283 Fluid For Routine Examination (Any body fluid)

284 Pleural Fluid Routine Examination

285 CSF Routine Examination

286 Semen analysis

287 Pregnancy Test Urine

288 Renal stone analysis

MULTIPLE TESTS UNDER ONE HEADING

289 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)

290 Lipid Profile (Serum Total Cholesterol, LDL, HDL, Triglycerides)

291 Liver Function Tests (Serum Total Bilirubin, Serum Direct Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)

292 Renal Function Tests (Serum Urea, Creatinine, Uric acid)

293 Serum Electrolytes (Sodium, Potasium, Chloride)

294 Thyroid Function Tests (Total T3, Total T4, TSH)

295 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)

SIGNATURE & STAMP OF THE BIDDER . ________________________________

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

Page 104: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

(b) General Conditions of Contract (GCC);

(c) Special Conditions of Contract (SCC);

(d) Schedule of Requirements;

(e) Contract Form;

(f) Manufacturer’s Authorization Form;

(g) Bid Form; and (h) Price Schedule.

(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR TAKING CLINICAL LAB ON PANNEL FOR VARIOUS INVESTIGATIONS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of diagnostics. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Parts. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page 105: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time,

Page 106: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.

Page 107: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT
Page 108: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

Page 109: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

Page 110: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the

Page 111: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding

documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material

deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.

Page 112: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as

determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70

S.No Assessment Parameter Score Items Marks Division Marks

1 NTN No. & GST Registration & Copy thereof

NTN No. 5

15 Professional Tax 5

GST No. 5

2

Financial Soundness of the Firm If Balance sheet and bank

statement both are

Deposited than only

marks of balance sheet

(09Marks)

Would be counted.

Tapering down

phenomenon

regarding rating of

marks shall be applied on

competitive firms.

Income Tax Paid Certificate

6

15

Balance Sheet Or 9

Bank Statement 6

3

Over all Reputation in Reference to the performance of tests and results. Shall be envisaged by the following criteria;

• No. of

reference/certificates

provided regarding

performance of the

Tests from head of the

concerned

institute/hospital.

Reference/certificate of

the test & reports shall

be verified by the

PESSI independently.

• Public Sector = 05

• Private Sector = 05

Private Sector + Public Sector

10

10

Public Sector 5

Private Sector 5

4

RATING BY PESSI CONSULTANTS 60

Sr# Particular Marks

I Test performed within the lab (01-mark for each) a)Routine b)Special Chem/Elisa c)PCR d)Genotyping e)Microbiology c/s f)Hematology g)Histopathology

07

Ii Equipment relevant to the testing facility. (Attach the detail of equipment with make & model.

05

Iii Online Reporting facility 03

Iv Delivery of reports within 24 hours (01-mark for each) a)Routine b)Special Chem/Elisa

05

Page 113: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

c)PCR d)Genotyping e) Hematology

V Consultants & Technical Staff. a)Full Time Consultant = 10 b)Visiting Consultant = 05 c)Medical Technologist = 05

15

Vi Quality & Control Programmes a) External quality = 10 b) Internal quality =03 c) ISO certification=02

15

Vii Courier Facility available (Pick & drop of samples & reports)

05

viii General Atmosphere 05

29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.

30. Contacting the Procuring Agency. 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award

Page 114: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The conduction of clinical investigation shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late processing of Pathological Investigations beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

General Conditions of Contract (GCC)

Page 115: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

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

c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section.

f. “SCC” means the Special Conditions of Contract.

g. “The Procuring Agency” means The Punjab Employees Social Security Institution.

h. “The Procuring Agency’s Country” is the country named in SCC

i. “The Supplier” means the individual or firm supplying the Parts under this Contract.

j. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin. 4. Standards

5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty

Page 116: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Processing of the samples shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements.

Page 117: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Processing of the samples , the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.

c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency

Page 118: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Special Conditions of Contract (SCC) (Pkg-1)

5. The Transportation of samples will be done by service provider.

6. Cash receipt (in original or photo copy) token of having purchase the tender, must accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. Attested copy of any registration certificate held by the company may be attached.

7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.

09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.

10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

Page 119: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

22. The Medical Superintendent does not pledge himself to accept the lowest bid

and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.

Special Conditions of Contract (SCC) (Pkg-2)

26. The Tender for Taking Clinical Lab On Pannel For Various Investigations will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).

27. Bid Validity, Opening and closing time will be according to PPRA Rules 2014. 28. The sealed tender will be received 01.06.2017 till 09:00 AM and will be opened

at 10:30 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).

29. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 10:30AM..

30. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.

31. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.

32. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.

33. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.

34. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.

35. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.

36. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.

37. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.

38. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.

39. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.

40. In case of emergency requirement; Risk Purchase/diagnostics shall be made and amount incurred will be recovered from the contractor.

41. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

42. The Firm will the delivery of reports(hard copy) within 24 Hours. 43. The minimum response time for attending the patients should not be more

than 05 hours. 44. Tender fee is Rs. 1000/- (Nonrefundable). 45. Rule 36A. One person one bid will be followed strictly.

46. The firm will not attach any condition with the tender.

Page 120: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

47. The firm has no right to make any change in the tender once submitted. 48. The firm should be registered in the Income Tax/Sales Tax. 49. The Tender can be extended upto 03Years subject to satisfactory

performance, Market Price and Principle of Procurement. 50. The Competent Authority / Purchase Committee has reserved the right to reject

any one or all offers with assigning any reason.

Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Page 121: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CONTRACT FORM

THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT

TYPE OF SERVICE: Taking Clinical Lab On Pannel For Various Investigations. NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:

20. The Pathological investigations should be done by trained professionals on state of art equipment.

21. The patients having the referral slips should be facilitated on priority basis. 22. The reports/findings of diagnostics should be delivered to this hospital within 12-

18 Hours positively. 23. The Transportation of samples & delivery of reports will be done by Service

providers . 24. The consultants of service provider will be bound to attend any type of clinical

meeting at PESSI Hospital regarding non-co relating of clinical & diagnostics finding, in case of non-compliance the contract can be cancelled and firm will be black listed.

25. The service provider will ensure to provide Emergency medical services in case of any type of Medical emergency or adverse drug reaction, However no charges will be admissible.

26. The bidding documents shall also be compulsory part of this agreement.

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.

Signed/Sealed by Authorized officer PESSI 1. 2.

Page 122: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Price Schedule

DATE OF FINANCIAL BID OPENING: 06.06.2017

Taking Clinical Lab On Pannel For Various Investigations (F.Y 2017-18)

S.No NAME OF LABORATORY TEST RATE

CHEMICAL PATHOLOGY

1 Blood Gases and Acid Base Status (Arterial blood)

2 Serum Bicarbonate level

3 Serum Calcium Ionized

4 Serum Calcium Total

5 Serum Magnesium

6 Serum Phosphates

7 Serum Ketones

8 Serum AST

9 Serum CK

10 Serum CK-MB

11 Serum LDH

12 TROP T (Rapid Test)

13 TROP I (Rapid Test)

14 Glycosylated Haemoglobin

15 Plasma Glucose (Fasting)

16 Plasma Glucose (Random)

17 Serum HDL Cholesterol

18 Serum LDL Cholesterol

19 Serum Total Cholesterol

20 Serum Triglycerides

21 Plasma Ammonia

22 Serum Albumin

23 Serum Total Bilirubin

24 Serum Direct Bilirubin

25 Serum Indirect Bilirubin

26 Serum ALT

27 Serum Alkaline Phosphatase

28 Serum Gamma GT

29 Serum Total Protein

30 Serum Ascitic Albumin Gradient (SAAG)

31 Glucose Challenge Test (50g)

32 Oral Glucose Tolerance (75g)

33 Plasma Lactate

34 Plasma Osmolality

35 Serum Albumin to Globulin Ratio

36 Serum Amylase

37 Serum Iron

38 Serum Lipase

39 Serum Prostatic Acid Phosphatase

40 Serum TIBC

41 Serum Total Acid Phosphatase

42 Serum Aldolase

Page 123: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

43 Serum Sodium

44 Serum Potassium

45 Serum Chloride

46 Serum Lithium

47 Serum Urea

48 Serum Creatinine

49 Serum Uric Acid

50 24 hrsCreatinine Clearance

51 24 hrs Urine Calcium

52 24 hrs Urine Phosphates

53 24 hrs Urine Protein

54 24 hrs Urine Urea

55 24 hrs Urine For Microalbumin

56 Urine Sodium

57 Urine Potassium

58 Urine Chloride

59 Urine Ketones

60 Urine Amylase

61 Urine Creatinine

62 Urine Osmolality

63 Urine Uric Acid

64 Spot Urine for microalbumin

65 Fluid Albumin

66 Fluid Amylase

67 Fluid Creatinine

68 Fluid for Cholesterol

69 Fluid for Chloride

70 Fluid for Triglycerides

71 Fluid Glucose

72 Fluid LDH

73 Fluid Lipase

74 Fluid Sodium

75 Fluid Potasium

76 Fluid Protein

77 Urinary Albumin Creatinine Ratio (On Spot Urine)

SPECIAL CHEMISTRY

78 Serum Estradiol

79 Serum FSH

80 Serum LH

81 Serum Progesterone

82 Serum Prolactin

83 Sex Hormone Binding Globulin

84 Serum Testosterone

85 Growth Hormone (Basal Level)

86 Growth Hormone (Post LevoDopa)

87 Growth Hormone(Post Exercise)

88 17-Hydroxy Progesterone

89 C-Peptide (Fasting)

90 DHEA-S

Page 124: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

91 GnRH Stimulation Test

92 Growth Hormone Suppression Test

93 HCG Stimulation Test

94 Insulin Tolerance Test

95 Plasma ACTH

96 Plasma Parathyroid Hormone

97 Serum Ferritin

98 Serum Caeruloplasmin

99 Serum Thyroglobulin

100 Serum Insulin Fasting

101 Serum Free T3

102 Serum Total T3

103 Serum Free T4

104 Serum Total T4

105 Serum TSH

106 HLA B27

107 Anti Adrenal Antibodies

108 Anti Cardiolipin Antibodies

109 Anti Centromere antibodies

110 Anti ds DNA antibodies

111 Anti Endomyseal antibodies

112 Anti Extractable Nuclear Antigen Antibodies

113 Anti Gliadin antibodies

114 Anti TTG Antibodies

115 Anti intrinsic factor Antibody

116 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-C)

117 Anti Neutrophil Cytoplasmic auto antibodies (ANCA-P)

118 Anti Nuclear Antibodies

119 Anti reticulin antibodies

120 Anti Reticulin Antibodies Titre

121 Anti Ribosome Antibodies

122 Anti-Cyclic Citrullinated Peptide Antibodies

123 Complement C3

124 Complement C4

125 Cryoglobulins

126 Gastric Parietal cell antibodies

127 RA factor Qualitative

128 RA Factor Quantitative

129 Skeletal muscle antibodies

130 Insulin antibodies/Islet cell antibodies

131 Anti Thyroglobulin antibodies

132 Anti Thyroid Microsomal antibodies

133 Anti histone antibodies

134 Anti Glomerular Basement membrane antibodies

135 Liver Kidney microsomal Antibodies

136 Smooth muscle antibodies

137 Mitochondrial Antibodies

138 Antinucleolar antibodies

139 Anti Sperm Antibodies

Page 125: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

140 Alpha-1 Antitrypsin

141 IgA-Immunoglobulin Level

142 IgE-Immunoglobulin Level

143 IgG-Immunoglobulin Level

144 IgM Immunoglobulin Level

145 CRP - C reactive protein (Quantitative)

146 ß-2 Microglobulin

147 Serum H.pyloriIgMIgG antibodies

148 TORCH profile (Toxoplasma, Rubella, CMV, Herpes)

149 H. pylori Stool Antigen

150 Hydated/Ecchinococcus Antibodies

151 Serum ACE

152 Serum Cortisol

153 Serum Copper

154 Serum Protein Electrophoresis

155 Urinary Copper

156 Serum Total Vitamin D

157 Serum Alpha Fetoprotein

158 CA 125

159 CA 19-9

160 Carcinoembryonic Antigen (CEA)

161 Serum Prostate specific antigen

162 Serum Folate

163 Serum ß-HCG

164 Serum VIT B12

165 Complement fixation test

166 Mumps antibody

167 Poliovirus antibody

168 Serum for Antibody to Herpes Simplex (HSV)

169 Varicella zoster antibody

170 Hepatitis B surface antigen (HBsAg) by ICT

171 Antibody to hepatitis C virus (Anti HCV) by ICT

172 Hepatitis B surface antigen (HBsAg) by ELISA

173 Antibody to hepatitis C virus (Anti HCV) by ELISA

174 Hepatitis A Virus IgM antibody Anti HAV IgM by ELISA

175 Antibody to Hepatitis B "e" antigen (Anti HBe) by ELISA

176 Antibody to Hepatitis B core antigen (Anti HBc) by ELISA

177 Antibody to Hepatitis B surface antigen (Anti HBs) by ELISA

178 HBeAg by ELISA

179 Antibody to Hepatitis D virus by ELISA

180 Antibody to Hepatitis E virus by ELISA

181 Anti Rabiesvirus Glycoprotein (protective antibody) by ELISA

182 Dengue Virus NS I (ELISA)

183 Dengue Virus IgG (ELISA)

184 Dengue virus IgM (ELISA)

185 Antibodies to H5N1 antigen

186 Anti HIV antibodies (ELISA)

187 Epstien Barr Virus IgM

Page 126: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

188 Antibody to Toxoplasma virus (IgM and IgG) By ELISA

189 Antibody to Rubella virus (IgM and IgG) By ELISA

190 Parvo virus B19 IgM

191 Rota virus antigen in stool

192 Brucella Antibody test

193 Typhidot test (IgM and IgG)

HAEMATOLOGY

194 Blood Complete Picture

195 Peripheral Blood Film

196 Reticulocyte count

197 Bone Marrow Aspiration (Sampling + Report)

198 Bone Marrow Trephine (Sampling + Report)

199 Bone Marrow slides for review

200 HbElectrophresis

201 Blood Group

202 G6PD screening test

203 Heinz body test

204 RBC osmotic fragility test

205 Urine haemosiderin

206 Lupus anticoagulant

207 Antithrombin

208 FDPs

209 D- dimers

210 Erythrocyte Sedimentation Rate

211 Factor V Leiden Screening Test

212 Factor VIII inhibitor

213 G6PD screening test

214 Hams test

215 PT / INR

216 APTT

217 LAP score

218 LE Cell Test

219 ICT MP

220 Nasal Smear for eosinophils

221 Peripheral Film for Malarial Parasite

222 Peripheral Film for Microfilaria

223 Plasma Fibrinogen

224 Protein C

225 Protein S

226 Sickling Test

227 Smear for Leishmaniasistropica (LT) bodies

228 Sputum for Eosinophils

229 Thrombin time

PCR

230 PCR for Xmn-I Polymorphism

231 PCR for bcr-abl gene rearrangement

232 PCR for Factor V Leiden

233 PCR for Haemophilia

234 PCR for JAK2 mutation:

Page 127: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

235 PCR for thalassaemia

236 PCR for trisomies

237 Hepatitis B DNA PCR (Qualitative)

238 Hepatitis B DNA PCR (Quantitative)

239 Hepatitis B Genotyping

240 HCV RNA PCR (Qualitative)

241 HCV RNA PCR (Quantitative)

242 HCV Genotyping

HISTOPATHOLOGY

243 FNAC Procedure and Examination

244 Specimen for Histopathology

245 Estrogen Receptor Studies

246 Progesterone Receptor Studies

247 Her-2-Neu

248 Histopath Special stain

249 Histopath Slides / Blocks review

250 Fluid for cytology

251 PAP Smear

MICROBIOLOGY

252 Bacteria for C/S (Any specimen)

253 Blood for C/S

254 Urine for C/S

255 Fungus For Culture

256 AFB Culture

257 Swab for fungal hyphae

258 ASOT

259 TPHA

260 VDRL

261 WIDAL TEST

TOXICOLOGY

262 Drugs of Abuse Screening

263 Blood Alcohol

264 Serum Benzodiazepines

265 Urinary Cannabinoids

266 Urinary Opiates

267 Urine Alcohol

268 Urine Barbiturates

269 Urine Benzodiazepines

SPECIAL TUBERCULOSIS TESTS

270 Quantiferon TB Gold test (by IGRA)

271 Genexpert TB/RIF

272 PCR for M TB

273 TB Serology

CLINICAL PATHOLOGY

274 Urine RE

275 Sputum for AFB

276 Sputum for Gram Stain

277 Sputum RE

278 Stool Ova/Cyst

Page 128: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

279 Stool RE

280 Stool for Occult blood

281 Urine for Bence Jones Proteins (BJP)

282 Ascitic Fluid Routine Examination

283 Fluid For Routine Examination (Any body fluid)

284 Pleural Fluid Routine Examination

285 CSF Routine Examination

286 Semen analysis

287 Pregnancy Test Urine

288 Renal stone analysis

MULTIPLE TESTS UNDER ONE HEADING

289 Cardiac Enzymes (Serum CK, CK-MB, LDH, AST)

290 Lipid Profile (Serum Total Cholesterol, LDL, HDL, Triglycerides)

291 Liver Function Tests (Serum Total Bilirubin, Serum Direct Bilirubin, Serum Indirect Bilirubin, Serum ALT, ALP, AST)

292 Renal Function Tests (Serum Urea, Creatinine, Uric acid)

293 Serum Electrolytes (Sodium, Potasium, Chloride)

294 Thyroid Function Tests (Total T3, Total T4, TSH)

295 Basic Coagulation Tests (PT, APTT, Fibrinogen, D-dimer)

NAME OF BIDDER ________________________________________

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Page 129: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

34. Original receipt for purchase of tender.

35. Call Deposit Receipt

36. Experience of Firms Minimum one year business history from the date of authorization.

37. Financial Position

x. Income Tax Certificate

xi. Proof Income Tax paid/Return Files

xii. Financial/Bank Soundness Certificate

38. Pathology Equipments Available Attach the details of Pathology equipment and Maintainace record

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

40. Company profile including technical experts and managerial capability.

41. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

42. Price should not be mentioned on technical bid.

43. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

44. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad

Page 130: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR SUPPLY OF MEDICAL GASES

Page 131: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR SUPPLY OF MEDICAL GASES

Social Security Hospital, Islamabad. Cost Rs. 1000/- NON REFUNDABLE

DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 1000/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

Page 132: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,

I-12, ISLAMABAD

TENDER FEE: Rs. 1000/- (Non-refundable)

LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)

DATE OF OPENING: 01.06.2017 (11:00 A.M.)

DATE OF FINANCIAL BID OPENING: 06.06.2017 (11:00 A.M)

Contract Period. 01-Year after issuance of work

order

Bid Security: 2% of estimated price in shape of

CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING SUPPLY OF MEDICAL GASES.

Technical specifications for Supply of Medical Gases.

Instructions to the bidders, General Conditions of contract, special conditions of

Contract & schedule of requirements are detailed in the bidding document

available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,

www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.

M/s. ____________________________________________________________

____________________________________________________________

MEDICAL SUPERINTENDENT

Page 133: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

SCHEDULE OF REQUIREMENT S. No Name of items Size & Specification Previous Supplied

Yes/No

1

Nitrous Oxide Gas

XM/16200 Liters or 30KG

XE/1620 Liters or 03KG

2

Oxide Gas

MM/6.8 CM3 OR

240CFT &1800-2000PSI

MF/1.5 CM3 OR

48CFT &1800-2000PSI

ME/0.79 OR

24 CFT &1800-2000PSI

3

CO2

03 KG

REPAIR / REPLACEMENT CHARGES.

S. No Name of items Previous Supplied

Yes/No

1. New Nitrous Oxide Valve

2. New Oxygen Valve

3. New Spindle

4. Hydraulic Testing

5. Drying Out Charges

6. New Painting.

• Please furnish satisfactory Performance Certificate from End User i.e.

Anesthetist of this hospital.

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

(b) General Conditions of Contract (GCC);

(c) Special Conditions of Contract (SCC);

(d) Schedule of Requirements;

Page 134: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

(e) Contract Form;

(f) Manufacturer’s Authorization Form;

(g) Bid Form; and

(h) Price Schedule.

(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR SUPPLY OF MEDICAL GASES under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services 4.1 All Parts and related services to be supplied under the contract shall have their origin in eligible source Countries and all expenditures made under the contract shall be limited to such Parts and services. 4.2 For the purpose of this clause, (a) the term “Parts” includes any Parts that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the Parts are mined, grown, or produced, or the place from which the related services are supplied. Parts are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the

Page 135: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids

Page 136: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.

Page 137: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

Page 138: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

Page 139: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – two envelopes bidding procedure

24.1 Single stage – two envelopes bidding procedure shall be applied: The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; The Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; during the technical evaluation no amendments in the technical proposal shall be permitted; The financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and The bid found to be the lowest evaluated bid shall be accepted. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the

Page 140: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding

documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material

deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to the bidder 28.3All bids shall be evaluated in accordance with the evaluation criteria instruction to the bidder and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as previous performances, previous experience, engineering/ technical capabilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration. The following evaluation factors/ criteria will be employed on technical proposals. The number of points allocated to each factor shall be specified in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically accepted. i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders and the technical score of the bidder shall be read aloud. The financial proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they have remained sealed and unopened (financial proposals o those Bidders failing to secure minimum marks in the technical evaluation shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

29.2 Evaluation Criteria For the purposes of evaluation the word “Product” would mean the specific item included in the bidders bid, the specific make and model the bidder is including in the bid.

Page 141: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Product to be purchased shall be evaluated under all/any of the following assessment parameters depending upon the nature of the product and as

determined by the Technical Committee. Total Evaluation marks = 100 Passing Marks = 70

S.No Parameters Detail Total

Marks

1 Bidder's Past

Performance (Last One

Year)

Major institution served

15

i No any institution

served 0

ii 1 3

iii 2 to 3 5

iii 4 to 5 8

iii 6 to 7 12

iii 8 and above 15

2 Bidder's Market

Experience in Quoted

Items

i 1 to 3 Years 2

5

ii 3 to 5 Years 4

iii Above 5 Years 5

3 Bidder's financial status

(Only one statement

shall be considered

either balance sheet or

bank statement)

i Last year audited

balance sheet 10

15

ii Tax return (last 3

years) 5

iii Bank Statement 5

4 Certificate Copies i NTN 5 10

ii GST 5

5 Overall reputation of

Firm in reference to the

product/items

i Public Sector 5 10

Private Sector 5

6 Copies of valid

certificates ii

Authorized

Distribution 10

10

7 Overall reputation of

Firm in reference to the

delivery of the

products/items

(within specified time)

i Public Sector 7.5

15

ii

Private Sector 7.5

8 Rating by PESSI End Users

(Anesthetist)

As Per Satisfaction of

End User

20

Qualifying Marks= 70 100

29.3 Financial proposals would be evaluated as follows: i) Incomplete bid shall stand rejected.

30. Contacting the Procuring Agency.

Page 142: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The

Page 143: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency 39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The Supply of Medical Gases shall be w.e.f the next date after the date of issue of Purchase Order i.e. 01.07.2017 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late Supply of Medical Gases beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

General Conditions of Contract (GCC)

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

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

c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section.

f. “SCC” means the Special Conditions of Contract.

g. “The Procuring Agency” means The Punjab Employees Social Security Institution.

Page 144: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

h. “The Procuring Agency’s Country” is the country named in SCC

i. “The Supplier” means the individual or firm supplying the Parts under this Contract.

j. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards

5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Parts to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement.

Page 145: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 15. Warranty 15.1 A warranty of ISO/EQC/IQC will be provided free of cost. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 Supply of Medical Gases shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely Supply of Medical Gases, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default

Page 146: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.

c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties 27. Governing Language

Page 147: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Special Conditions of Contract (SCC) (Pkg-1)

7. The Supply of Medical Gases will be done by service provider at own Transportation

at basement of the hospital. 8. Cash receipt (in original or photo copy) token of having purchase the tender, must

accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. Attested copy of any registration certificate held by the company may be attached.

7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.

09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.

10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

22. The Medical Superintendent does not pledge himself to accept the lowest bid

and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.

Special Conditions of Contract (SCC) (Pkg-2)

51. The Tender for Supply of Medical Gases will be conducted through PPRA Rules 2014 (Single Stage- Two Envelopes).

52. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.

Page 148: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

53. The sealed tender will be received 01.06.2017 till 09:00 AM and will be opened at 11:00 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).

54. Firstly Technical Bid will be opened and the technical evaluation of bids (Comparative Lists) will be completed on the same day positively. The Financial Bid will be opened in the presence of party / firms representative on 06.06.2017 at 11:00AM..

55. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.

56. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.

57. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.

58. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.

59. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.

60. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.

61. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.

62. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.

63. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.

64. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.

65. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount incurred will be recovered from the contractor.

66. The Firm/Party shall service the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

67. The Firm will Supply Medical Gases 24/7. 68. The minimum response time for Supply of Medical Gases should not be

more than 04 hours. 69. Tender fee is Rs. 1000/- (Nonrefundable). 70. Rule 36A. One person one bid will be followed strictly.

71. The firm will not attach any condition with the tender. 72. The firm has no right to make any change in the tender once submitted. 73. The firm should be registered in the Income Tax/Sales Tax. 74. The Tender can be extended upto 03Years subject to satisfactory

performance, Market Price and Principle of Procurement 75. The Competent Authority / Purchase Committee has reserved the right to reject

any one or all offers with assigning any reason.

Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Page 149: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

CONTRACT FORM

THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SERVICES CONTRACT

TYPE OF SERVICE: Supply of Medical Gases NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:

27. The Supply of Medical Gases to the basement of PESSI Hospital, Islamabad will be the responsibility of Service Provider.

28. The Maintainace of quality, quantity of Medical will be the responsibility of Service Provider.

29. The service provider will ensure to swiftly respond the demand of medical gases, the response time will not be more than 04 hours.

30. The collection of empty cylinders will be the responsibility of Service Provider. 31. The Service provider will ensure supply of medical gases 24/7. 32. The bidding documents shall also be compulsory part of this agreement.

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1. 2.

Signed/Sealed by Authorized officer PESSI 1. 2.

Page 150: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Price Schedule DATE OF FINANCIAL BID OPENING: 06.06.2017

SUPPLY OF MEDICAL GASES (F.Y 2017-18)

S. No Name of items Size & Specification Rate Offer

1

Nitrous Oxide Gas

XM/16200 Liters or 30KG

XE/1620 Liters or 03KG

2

Oxide Gas

MM/6.8 CM3 OR

240CFT &1800-2000PSI

MF/1.5 CM3 OR

48CFT &1800-2000PSI

ME/0.79 OR

24 CFT &1800-2000PSI

3

CO2

03 KG

REPAIR / REPLACEMENT CHARGES.

S. No Name of items Rate Offer

1. New Nitrous Oxide Valve

2. New Oxygen Valve

3. New Spindle

4. Hydraulic Testing

5. Drying Out Charges

6. New Painting.

NAME OF BIDDER ________________________________________.

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Page 151: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

45. Original receipt for purchase of tender.

46. Call Deposit Receipt

47. Experience of Firms Minimum one year business history from the date of authorization.

48. Financial Position

xiii. Income Tax Certificate

xiv. Proof Income Tax paid/Return Files

xv. Financial/Bank Soundness Certificate

49. Equipments Available Attach the details of Equipment

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

51. Company profile including technical experts and managerial capability.

52. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

53. Price should not be mentioned on technical bid.

54. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

55. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad

Page 152: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD

AN ATTACHED DEPARTMENT OF GOVERNMENT OF THE PUNJAB

BIDDING DOCUMENTS FOR PRINTING & PURCHASE OF STATIONERY ITEMS

Page 153: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD TENDER FOR PRINTING & PURCHASE OF STATIONERY ITEMS

Social Security Hospital, Islamabad. Cost Rs. 500/- NON REFUNDABLE

DUE DATE: ____________ 1. Name of Bidder ______________________________________ 2. Address ______________________________________ ______________________________________ 3. National Identity Card ______________________________________ (Please attach attested copy) 4. Telephone Number ______________________________________ 5. Tender Purchased Receipt ______________________________________ Number and dated 6. Deposit at call No ______________________________________ 7. Amount of Deposit at call ______________________________________ 8. Name of Bank and Branch ______________________________________ 9. National/Sales Tax Reg. No. ______________________________________ Certified that the terms of the tender noted carefully. In case of award of contract, Our firm shall comply with these terms and conditions. Signature of Bidder:_______________ Dated:__________________________ Stamp:__________________________

(For Office use only) Received Rs. 500/- vide F-6 No. __________________ Dated_____________ Dispatch No._______________________________ Dated_________________ Signature of Dispatch Clerk:_________________________________________ Signature of Officer:_______________________________________________

Page 154: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

THE PUNJAB EMPLOYEES' SOCIAL SECURITY HOSPITAL,

I-12, ISLAMABAD

TENDER FEE: Rs. 500/- (Non-refundable)

LAST DATE OF RECEIPT: 01.06.2017 (09:00 A.M.)

DATE OF OPENING: 01.06.2017 (11:30 A.M.)

Contract Period. 01-Year after issuance of work

order

Bid Security: 2% of estimated price in shape of

CDR in favor of Medical Superintendent PESSI Hospital Islamabad.

SUBJECT: - TERMS & CONDITIONS REGARDING PRINTING & PURCHASE OF

STATIONERY ITEMS.

Technical specifications for PRINTING & PURCHASE OF STATIONERY ITEMS.

Instructions to the bidders, General Conditions of contract, special conditions of

Contract & schedule of requirements are detailed in the bidding document

available at PPRA Web Site, www.ppra.punjab.gop.pk & PESSI Website,

www.pessi.gop.pk.

NO.SSR/Hospital/Tender/__________________ Dated Islamabad, the 2017.

M/s. ____________________________________________________________

____________________________________________________________

MEDICAL SUPERINTENDENT

Page 155: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Instructions to Bidders (ITB)

General Instructions: 1. Content of Bidding Document

1.1 The Parts required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB);

(b) General Conditions of Contract (GCC);

(c) Special Conditions of Contract (SCC);

(d) Schedule of Requirements; (e) Contract Form;

(f) Manufacturer’s Authorization Form;

(g) Bid Form; and

(h) Price Schedule.

(i) Technical Specifications; 1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Punjab Employees Social Security Hospital Islamabad has allocated funds FOR PRINTING & PURCHASE OF STATIONERY ITEMS under the relevant head of Account during the financial year 2017-18 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of Local/Foreign Principals in Pakistan for such type of Supplies. 3.2 The bidder must possess valid authorization from the Local/Foreign Principal / Manufacturer and in case of Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required Gases. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), PESSI, a local body or a public sector organization. 3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to be ignored. No offer shall be considered if:-

i. Received without earnest money from any firm.

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

iii. The tender is unsigned

iv. The offer is ambiguous.

v. The offer is conditional.

vi. The offer is from a firm, black listed, suspended or removed from the approved list.

vii. The offer is received by telegram/fax.

viii. Offer received with shorter validity than required in the tender enquiry.

ix. The offer is for store not conforming to specification indicated in the tender enquiry. No counter offer will be accepted. 4. Eligible Parts and Services . 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

Page 156: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for

clarification of the bidding documents, which it receives not later than ten (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria. 8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other information as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: a. defines, for the purposes of this provision, the terms set forth below as follows: I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and II. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid Submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition; b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time,

Page 157: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract. Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with instruction to the bidder. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to the bidder that the Parts to be supplied by the Bidder are eligible Parts and conform to the bidding documents.

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the Parts to be supplied, a brief description of the Parts, specifications, taxes, quantity, and prices. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the Parts, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of Parts according to the technical specifications. The specifications of Parts, different from the demand of enquiry, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present trend/ inflation in the rate of Parts and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of Parts and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of free delivery basis (FOR). 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidder.

Page 158: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT
Page 159: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required Parts shall be provided.

(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with documentary proof shall have to be provided by each Bidder in the tender.

(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), PESSI a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have minimum two years or more experience in the market, as specified for relevant equipment which will be counted from the date of Authorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer should have already been used in different public/ private Institution/ hospitals. Documentary proof shall have to be provided in this regard.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the Parts, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality (original or attested certification) and list of qualified (attested degrees or certification) technical persons along with qualification and trainings

(g) In case of non-local manufacturers the list of Countries in which the specific product is available and is in use. Information to be duly certified by the appropriate Punjab Chapter of the Chamber of Commerce.

(h) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and at least one year bank statement.

(i) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also supply attested copy of the first invoice for the specific product for which bidding is being undertaken. The Bidder shall also be responsible for providing up to date and authentic contact details of both private and public hospitals to which it has supplied over the last two years. Bidder shall also provide supply order details over last one (01) year with complete and up to date details of its distribution sub-offices or/and representatives 16. Documents Establishing Parts’ Eligibility and Conformity to Bidding Documents. 16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all Parts, which the Bidder proposes to supply under the Contract. 16.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded in writing, the bidder shall provide a sample or demonstration as the case may be. 17. Bid Security 17.1 Bid Security in the form of 2% of estimated amount will have to be deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity 18.1 Bids shall remain valid for a period of ninety (90) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.

Page 160: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 18.3 Bidders who, (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and

b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with Instruction to the bidder in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

Page 161: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

The Bidding Procedure (under Punjab Procurement Rules 2014) 24. Single stage – Single envelope bidding procedure 24.1 Single stage – one envelope procedure.– Each bid shall comprise one single envelope containing, separately, financial proposal and technical proposal (if any). All bids received shall be opened and evaluated in the manner prescribed in the bidding document. Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open the Bidding Documents/Bid in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder.

27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding

documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material

deviations. Deviations from, or objections of reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive, pursuant to instruction to bidder. 29. Contacting the Procuring Agency. 29.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 29.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid

Page 162: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of Parts originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no price negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA, 2014. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for two years for future participation. In such situation the Procuring Agency

Page 163: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

39. Performance Guarantee. 39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract strictly in accordance with the terms and conditions laid down in the contract, the security deposited by him shall be forfeited and the store purchased at his risk & expense. 39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement. 40.1 The PRINTING & PURCHASE OF STATIONERY ITEMS shall be w.e.f. 01.07.2017 to 30.06.2018 (without penalty), and with prescribed penalty, as per following schedule of requirement: 40.2 In case of late PRINTING & PURCHASE OF STATIONERY ITEMS beyond the periods specified in the Schedule of Requirements, penalty @ 1% per day of the cost. 41. Redressal of grievances by the Procuring Agency. 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction

General Conditions of Contract (GCC)

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between the Procuring Agency and the Successful bidder, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

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

c. “The Parts” means electro medical equipment which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above Parts, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, transportation of Parts up to the desired destinations and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section.

f. “SCC” means the Special Conditions of Contract.

g. “The Procuring Agency” means The Punjab Employees Social Security Institution.

h. “The Procuring Agency’s Country” is the country named in SCC

i. “The Supplier” means the individual or firm supplying the Parts under this Contract.

j. “Day” means calendar day.

2. Application

Page 164: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract. 3. Country of Origin . 4. Standards

5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 7. Submission of Samples Samples will be provided along with bid/ 8. Ensuring Storage/ Installation Arrangements 9. Inspections and Tests. 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the Supply to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the Parts after the Parts have been installed at Procuring Agency’s destinations. 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection 10.1 The Parts shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved criteria as decided by the Procuring Agency. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the Parts. The details of documents to be furnished by the Supplier are specified in SCC. 12. Insurance 13. Transportation 13.1 The Supplier shall arrange such transportation of the collection of samples as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of clinical samples shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services

Page 165: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

15. Warranty 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end. 17. Prices 17.1 Prices charged by the Supplier for Parts delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract. 21. Delays in the Supplier’s Performance 21.1 PRINTING & PURCHASE OF STATIONERY ITEMS shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely PRINTING & PURCHASE OF STATIONERY ITEMS, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, it’s likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.2 without the application of liquidated damages. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 22. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: a. if the Supplier fails to Processing of the samples within the period(s) Specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract.

Page 166: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee, constituted by PESSI (Head Office) for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Medical Superintendent, PESSI Hospital Islamabad or his nominee shall act as sole arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law

Page 167: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Special Conditions of Contract (SCC) (Pkg-1)

9. The PRINTING & PURCHASE OF STATIONERY ITEMS will be done by service

provider at own Transportation at PESSI hospital Islamabad. 10. Cash receipt (in original or photo copy) token of having purchase the tender, must

accompany the offer.

3. Offer not fulfilling any of the conditions of the bidding documents shall straightway be ignored.

4. Rates should be quoted in Pak rupees, including all taxes.

5. Offer of the firm not quoting rates both in word and figures shall be ignored.

6. Attested copy of any registration certificate held by the company may be attached.

7. The bidder will certify that the price quoted against the tender is/are not more than the prices charged from any agency for the proceeding 180 days (Government and Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes to refund the price charged in excess.

8. The Principal of the firms must give a certificate that the rates offered are not more than the trade price.

09. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to increase or decrease quantity of Test.

10. The Medical Superintendent, PESSI Hospital Islamabad reserves the right to wave off/relax any department tender enquiry condition of any particular offer at any stage, in the public interest.

22. The Medical Superintendent does not pledge himself to accept the lowest bid

and reserve to himself the right of accepting the whole or any part of the tender or portion of the quantity offered and the bidder shall supply the same at the rate quoted. The bidders are at liberty to tender for the whole or any portion to the state in the tender that the rate quoted shall apply only if the entire quantity is purchased.

25. Reasonable/responsible person should be deputed at the time of opening of tender. In case of misbehavior the earnest money will be forfeited besides other punitive action. 26. The plants and machinery offered shall always be completed with its normal standard accessories fitting and tool kit and spare parts, if any.

Special Conditions of Contract (SCC) (Pkg-2)

76. The Tender for PRINTING & PURCHASE OF STATIONERY ITEMS will be conducted through PPRA Rules 2014 (Single Stage- Single Envelope).

77. Bid Validity, Opening and closing time will be according to PPRA Rules 2014.

Page 168: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

78. The sealed tender will be received 03.06.2017 till 09:00 AM and will be opened at 11:30 AM in the presence of party / firms representative on the same day (no bid will be received after the dead line according PPRA Rules 2014).

79. The rate contract through this tender/contract will be for the period from 01st July 2017 to 30th June 2018. The purchases will be made from time to time as per requirements of this Hospital at the same approved rates of tender.

80. The 2% Call Deposit of Estimated cost as mentioned in advertisement is mandatory.

81. After successful awarding of tender, the bid security will be returned and successful bidder will deposit ‘10% Performance Guarantee’ to the Accounts of PESSI Hospital Islamabad within 15 days positively.

82. Income tax will be deducted under relevant section of the Income Tax Ordinance F.Y 2017-18.

83. The rates once finalized will be applicable for whole of the contract period irrespective of any change in currency rate in open market.

84. The bidder should submit an undertaking for the items of same specifications, quality /brand etc on judicial paper that the price quoted in the tender is not more than the market price or price charged from any other Public Sector. If it is noted that rate quoted is over / above the market rate, undersigned has the right to cancel the tender.

85. In case of any discrepancy/over invoicing, the bidder will refund the excess amount or excess amount will be deducted from the outstanding bills/Deposit at Call of said firm.

86. Late Service Penalty will be imposed @ 1% if supplier fails to supply/service within 15 days & 2% for the next 15 days.

87. An intimation letter/first reminder will be sent to supplier upon failure to deliver within 02 days. Another intimation letter/second reminder will be served after one 05 days if still failure to supply.

88. If the services are not completed despite two reminders and a final notice will be served against the firm according to the gravity of situation. Then contract of the supplier will be treated as cancelled.

89. In case of emergency requirement; Risk Purchase/Supplies shall be made and amount incurred will be recovered from the contractor.

90. The Firm/Party shall Suppy the item at “THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL, I-12, ISLAMABAD” at his own cost.

91. The minimum response time for PRINTING & PURCHASE OF STATIONERY ITEMS should not be more than 7 days.

92. Tender fee is Rs. 1000/- (Nonrefundable). 93. Rule 36A. One person one bid will be followed strictly.

94. The firm will not attach any condition with the tender. 95. The firm has no right to make any change in the tender once submitted. 96. The firm should be registered in the Income Tax/Sales Tax. 97. The Tender can be extended upto 03Years subject to satisfactory

performance, Market Price and Principle of Procurement 98. The Competent Authority / Purchase Committee has reserved the right to reject

any one or all offers with assigning any reason.

Supplier Address for notice purpose Procuring Agency’s address …………………………….. for notice purpose shall be the ……………………………..

Medical Superintendent, PESSI Hospital, IJP Road, Islamabad

. Note: All assessments and procuring i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement Rules, 2014.

Page 169: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CONTRACT FORM

THIS AGREEMENT is entered into at Islamabad on 30th June 2017 for by and between: Pessi Hospital, Islamabad, through its Deputy Medical Superintendent (Referred to as Customer) which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns of the first part. AND M/s._______________________________, having its head office at _________________________ and acting through the ________________________________________________________, bearing CNIC No. (hereinafter referred to as “ ” which expression shall, where the context permits, include its executors, administrators, successors-in-interest and assigns) of the second part; WHEREAS SERVICE PROVIDER: -------------------------------------------.

(REFERRED TO AS SERVICE PROVIDER ) CUSTOMER NAME: SOCIAL SECURITY HOSPITAL, ISLAMABAD

(REFERRED TO AS CUSTOMER) TYPE OF CONTRACT: SUPPLY CONTRACT

TYPE OF SERVICE: PRINTING & PURCHASE OF STATIONERY ITEMS NOW, THEREFORE, THIS SERVICES AGREEMENT WITNSSETH AS FOLLOWS:

33. The supply of PRINTING & PURCHASE OF STATIONERY ITEMS to the PESSI Hospital, Islamabad will be the responsibility of Service Provider.

34. The Maintainace of quality, quantity will be the responsibility of Service Provider. 35. The service provider will ensure to swiftly respond to supply the items, the

response time will not be more than 07 days. 36. The bidding documents shall also be compulsory part of this agreement.

Signed/Sealed by the Manufacturer/ Authorized supplier/authorized Agent. 1.

Signed/Sealed by Authorized officer PESSI 1.

Page 170: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

Price Schedule DATE OF BID OPENING: 01.06.2017

PRINTING & PURCHASE OF STATIONERY ITEMS (F.Y 2017-18)

S.No. Name Of Items Specification Rate

1. History Sheet (Each) 55g paper

2. Admission Register 500 Leaves 60g paper

3. Laboratory Form Blood Complete(100 Leaves)

55g paper

4. Blood Chemistry(100 Leaves) 55g paper

5. Urine Pad(100 Leaves) 55g paper

6. F-6 Book Carbonized (Duplicate) (100 Leaves)(White & Pink)

60g paper

7. Emergency Ticket(100 Leaves) 55g paper

8. Diet Charge Form(100 Leaves) 55g paper

9. F-2 Form (Pink) (100 Leaves) 55g paper

10. F-9 Form (Green) (100 Leaves) 55g paper

11. OPD Register 500 Leaves 60g paper

12. Operation List Form(100 Leaves) 55g paper

13. Temperature Sheet(100 Leaves) 55g paper

14. Ultra Sound Form100 Leaves 55g paper

15. Ultra Sound Form Pelvis 100 Leaves 55g paper

16. Ultra Sound Form Abdomen KUB 100Leaves

55g paper

17. Ultra Sound Liver 100 Leaves

55g paper

18. Carbonized Discharge Book Triplicate (White, Blue, Pink)

60g paper

19. Carbonized M-20 Book Triplicate (White, Blue, Pink)

55g paper

20. Carbonized M-20 Book Duplicate (White, Blue)

55g paper

21. Carbonized M-16 Book Triplicate (White, Blue, Pink)

55g paper

22. Carbonized Leave Book Triplicate (White, Blue, Pink) M2

55g paper

23. Carbonized Indent Book Duplicate(White, Yellow)

60g paper

24. Medicine Pad (100 Leaves) 55g paper

25. O.T Medicine Pad (100 Leaves) 55g paper

26. Consent Pad (100 Leaves) 55g paper

27. T.B Card (Green) (Each)

28. Tally Card (Each) 55g paper

29. Laboratory OPD Ticket (100 Leaves) 55g paper

30. X-Ray OPD Ticket (100 Leaves) 55g paper

31. Birth Certificate (100 Leaves) 65g paper

32. Growth Chart (100 Leaves) 55g paper

33. Partogram (100 Leaves) 55g paper

34. Nursing Sheet (100 Leaves) 55g paper

35. Carbonized F-10 Book Triplicate(White, Blue, Pink)

65g paper

36. Anesthesia Register200 Leaves 55g paper

37. Joining Report Form100 Leaves 55g paper

Page 171: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

38. File Cover Printed (White) 70g paper

39. TA/DA Pad100 Leaves 55g paper

40. Carbonized F-13 Book Triplicate(White, Blue, Pink) (100 Leaves)

65g paper

41. Post Natal Card (Green) (Each) 55g paper

42. Flow Sheet (100 Leaves) 55g paper

43. Salary Register500 Leaves 65g paper

44. Petty Cash Register200 Leaves 55g paper

45. Reimbursement Form (A) 100 Leaves 55g paper

46. Reimbursement Form (B) 100 Leaves 55g paper

47. Reimbursement Form (C) 100 Leaves 55g paper

48. Death Certificate 55g paper

49. Cross Match 100 Leaves 55g paper

50. Lab Test Pad Hematology100 Leaves 55g paper

51. D.O Pad100 Leaves 55g paper

52. Control Document Register400 Leaves 65g paper

53. Blood Bank Donor History Pad 100 Leaves 55g paper

54. Cheque Register200 Leaves 65g paper

55. Account Expense Register200, 400 Leaves 65g paper

56. Pre Anesthesia Pad 400 Leaves 55g paper

57. Delivery Register400 Leaves 55g paper

58. In take Out Put 100 Leaves 55g paper

59. Carbonized Stock Taking List Triplicate 200 Leaves(Without Control)

55g paper

60. Fetal/ Well Being Form100 Leaves 55g paper

61. Blood Donation Pad100 Leaves 55g paper

62. Cross Match Pad100 Leaves 55g paper

63. Ball Point(Blue, Black, Red) Piano (Crystal) or equivalent

Each Packet

64. Blue, Black Ink(Small) Dollar Each Bottle

65. Correcting Fluid Pen Each

66. Carbon Paper (100 Leaves) Each Book

67. Envelop (M) 11x4 Each

68. Envelop9x4 Each

69. Envelop File Size Each

70. Foot Ruler(Steel) Each

71. File Board Each

72. File Cover Fine Quality Each

73. Punch Machine Single Each

74. Punch Machine Double Each

75. Gum Stick Each

76. Gum(Dollar) Medium Size Each

77. High Letter Each

78. Bold Marker(Dollar) Each

79. Account Ledger 4No. 65g paper

80. Stapler Machine Each

81. Marker(Tempo) Each Pack of 10

82. Permanent Marker Each

83. Paper Clip Each Packet

84. Paper Pin Each Packet

85. Paper White (Photocopy) Size A4 (500 Sheets)

55g paper

Page 172: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

86. Paper White (Computer) A3 Legal Size(500 Sheets)

70g paper

87. Paper White (Computer) A4 Letter Size(500 Sheets)

70g paper

88. Lead Pencil Each Pack of 10

89. Paper Cutter Each

90. Rubber Plain Each

91. Register No. 20 Plain 55g paper

92. Register No. 12 Plain 55g paper

93. Register No. 16 Plain 55g paper

94. Register No. 10 Plain 55g paper

95. Staple Remover Each

96. Sharpener Each

97. Stamp Pad (Blue, Black) Each

98. Stock Register No. 12 65g paper

99. Stock Register No. 18 65g paper

100. Stock Register No. 8 65g paper

101. Stock Register No. 6 65g paper

102. Stock Register No. 4 65g paper

103. Stapler Pin Each Packet

104. Pad Large 55g paper

105. Log Book No.4 65g paper

106. Log Book No. 6 65g paper

107. Blood Confirmation Certificate (100 Leaves) 55g paper

108. Treatment Chart (100 Leaves) 55g paper

109. Progress Notes (100 Leaves) 55g paper

110. Anesthesia Consent Form (100 Leaves) 55g paper

111. Anesthesia Monitoring Sheet (100 Leaves) 55g paper

112. Surgical Notes (100 Leaves) 55g paper

113. Blood Confirmation Certificate Form(100 Leaves)

55g paper

114. Blood Donor Vigilance Form(100 Leaves) 55g paper

115. Request For Blood Transfusion (100 Leaves)

55g paper

116. Blood Transfusion Consent Form (100 Leaves)

55g paper

117. Quality Quantity Certificate Duplicate Carbonized ( White & Pink) without Control

55g paper (Size 6.5 x 8.5)

118. Consent Form Dental (Size 6.5 x 8.5) 100 Leaves

55g paper

NAME OF BIDDER ___________________________________________________.

SIGNATURE & STAMP OF THE BIDDER__________________________________________.

Page 173: THE PUNJAB EMPLOYEES SOCIAL SECURITY …eproc.punjab.gov.pk/BiddingDocuments/72589_Bidding...THE PUNJAB EMPLOYEES SOCIAL SECURITY HOSPITAL,ISLAMABAD AN ATTACHED DEPARTMENT OF GOVERNMENT

CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders.

SR# Detail Yes/No Page No KNOCK OUT CLAUSES

56. Original receipt for purchase of tender.

57. Call Deposit Receipt

58. Experience of Firms Minimum one year business history from the date of authorization.

59. Financial Position

xvi. Income Tax Certificate

xvii. Proof Income Tax paid/Return Files

xviii. Financial/Bank Soundness Certificate

60. Equipments Available Attach the details of Equipment

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

62. Company profile including technical experts and managerial capability.

63. An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklisted on any grounds whatsoever.

64. Price should not be mentioned on technical bid.

65. Bank statement / Balance sheet, National tax number and General Sale Tax number certificate.

66. List of agreements to Govt. Hospital and private sector.

Note: Fill in the check list properly/completely along with the page marking of the documents enclosed.

Medical Superintendent PESSI Hospital Islamabad