Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
1
BIDDING DOCUMENT
TEHSIL HEAD QUARTER HOSPITAL KALLAR
SYEDAN, DISTT.RAWALPINDI
PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT,
PUNJAB
.
FRAMEWORK CONTRACT
FOR LOCALPURCHASE OF GENERALSTORE ITEMS FOR THE
FINANCIAL YEAR 2020-2021.
2
TENDER NOTICE
The THQ Hospital Kallar Syedan, District Rawalpindi invites sealed bids from eligible bidders,
Manufacturers, authorized Sales & Service Dealers, Distributors, for the supply of below mentioned items
for the Financial Year 2020-2021.
Sr. # NAME OF TENDER BID SECURITY
(2% of Estimated Cost )
LAST DATE &
TIME OF
SALE OF
TENDER
LAST DATE
& TIME OF
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF
TENDER
01 Framework Contract of
General Store Items
2% of Estimated Cost (Rs. 0.8 million)
17-02-2021
at 01:00PM
18-02-2021
at 10:00AM
18-02-2021
at 10:30AM
Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two
Envelope) procedures specified in the Punjab Procurement Rules PPRA 2014 (amended
up to 2020), and is open to all eligible bidders as defined in the bidding document.
Interested eligible bidders may obtain bidding documents and further information from
the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written
application along with payment of non-refundable fee of PKR/- 1000/- (One thousand
only). Bidding documents can be obtained from office of Procurement Officer, THQ
Hospital Kallar Syedan at the mentioned time and date.
Biding documents are also available on Punjab Procurement Regulatory Authority
website (www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand
Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the
below mentioned office within the closing date.
Bids will be opened in the presence of bidders’ representatives who choose to attend at
mentioned time on the same date in the Office of The Medical Superintendent THQ
Hospital Kallar Syedan on the closing date.
The bidders are requested to give their best and final prices as no negotiations are
expected.
Taxes will be deducted as per applicable government rules and NTN and Sales Tax
registration certificate must be provided.
For obtaining any further information or clarifications, please contact at the following.
MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN Government of Punjab Tel: 051-3201101
3
Check List The provision of this checklist is essential prerequisite along with submission of
tenders.
SR. DETAIL YES / NO
KNOCKOUT CLAUSES
01 Original receipt for purchase of tender.
02 Valid National ID Card (NADRA)
03
Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank
draft/CDR(copy must be in Technical Offer and Original must be in Financial Offer)
GENERAL CLAUSES SR. DETAIL Marks 01 Samples submission with Technical Dossier / Document /brochure 10
02 Acceptance of terms and conditions of tender documents duly signed and stamped on letter head.
10
03 An affidavit on stamp paper of Rs.100/- submitting that the firm /
bidder are never blacklisted on any Ground whatsoever from Government / Autonomous institutions.
10
04 Minimum one year experience regarding supply of General store
Items to Government / Autonomous institutions 10
05 Discount/Price should not be mentioned on technical bid. 10
06 Bank statement / Balance sheet of last one year 10
07 Valid National Tax Number, Income tax & General Sales Tax 10
08 Good practice certificate from any Government / Autonomous
institutions 10
09 Attested copy of CNIC of the Owner/ Directors/Partners 10
10 Company / Suppliers profile including detail of managerial staff
(Name, address, Tel. No.) 10
Total 100
Note: Passing marks for tender are 70
4
Procedure
Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent THQ Hospital Kallar Syedan. The bids
received till the stipulated date & time shall be opened on the same day in the presence of the
bidders or their authorized representatives (who choose to attend) by the purchase committee.
Bid Security of the 2% of the total estimated price (as determined by the procuring agency) in
the shape of call Deposit from any scheduled bank is required to be furnished with the Financial
Bid & Photo copy of same should be attached with technical proposal otherwise bid will be
rejected. Bids shall not be entertained after the mentioned date and time.
1. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be
marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters. Financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
2. Procurements shall be governed under the Punjab Procurement Rules, 2014(Amended till to
date)
3. The bidding documents duly signed by the Medical Superintendent THQ Hospital Kallar
Syedan will be accepted.
4. All bids should be submitted in proper tape binding. All documents should contain proper
page marking, attached in sequence as indicated for evaluation in the bidding documents along
with signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
5. In case the date of opening or last date of sale is declared as a public holiday by the
government or non-working day due to any reason, the next official working day shall be
deemed to be the date of sale and submission and opening of tenders accordingly. The time and
venue shall remain the same.
6. The bidders are requested to give their lowest and best prices with their bids.
7. Attested copy of registration of income tax, sale tax, Copy of CNIC, copy of professional tax,
and original receipt of purchase tender to be attached with the technical bids.
8. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid
or proposal. The procuring agency shall upon request, may communicate to any bidder, the
grounds for its rejection of all bids of proposal, but shall not be required to justify those
grounds.
9. Taxes will be deducted as per applicable government rules. NTN and Sales Tax registration
certificate must be provided.
5
INSTRUCTION TO BIDDERS
1. Source of Funds The Procuring Agency named in the bid Data Sheet has received budget from the
Government of Punjab. The procuring agency intends to apply a portion of the
proceeds of this budget to eligible payments under the contract for which this
invitation for bids is issued.
2. Eligible Bidders This invitation for bids is open to all supplies, except as provided hereinafter.
Bidders should not be associated, or even have been associated with a firm or any of
its affiliates which have been engaged by the procuring agency to provide consulting
services for the preparation of the design, specifications and other documents to be
used for the procurement of the good store purchased under this invitation for bids.
Government-owned enterprises may participate only if they are legally and financially
autonomous, if they operate under commercial law and if they are not a dependent
agency of the Government.
Bidders shall not be under a declaration of blacklisting by any Government department
or Punjab Procuring Regulatory Authority (PPRA). For which an undertaking will be
submitted along with bid by the bidders.
3. Eligible Goods &
Services
All goods and related services to be supplied under the contract shall have their
original eligible source countries, defined in the Bid Data Sheet (BDS), and all
expenditures made under the contract will be limited to such goods and services.
For purpose of this clause, “Origin” means the place where the goods are mined,
grown, or produced, or the place from which the related services are supplied. Goods
are produced when, through manufacturing, processing or substantial and major
assembly of components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility from its
components.
The origin of goods and services is distinct from nationality of the bidders.
4. Cost of Bidding The bidder shall bear all costs associated with the preparation and submission of its
bid, and the Procuring Agency named in the Bid Data Sheet, hereinafter referred to as
“The Purchaser” will in no case be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
6
BIDDING DOCUMENTS
5. Content of
Bidding
Documents
The goods required, bidding procedures and contract terms are prescribed in the
bidding documents. In addition to the invitation for bids, the bidding documents
include:
a) Instruction To Bidders(ITB)
b) Bid Data Sheet
c) Schedule of Requirements
d) Technical Specifications
e) Bid Submission Form
f) Manufacturer’s Authorization Form
g) Price Schedule
h) General Conditions of Contract (GCC)
i) Special Conditions of Contract(SCC)
The bidder 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 will be at the Bidder’s risk and may result in the rejection of its bid
6. Clarification of
Bidding
Documents
A prospective bidder requiring any clarification of the bidding documents may notify
the purchaser in writing or by email at the Purchaser’s address indicated in ITB Clause
19.1.
The purchaser will respond in writing to any request for clarification of the bidding
documents which it receives no later than three (3) days prior to the deadline for the
submission of bids prescribed in the Bid Data Sheet. Written copies of the Purchaser’s
response (including an explanation of the query but without identifying the source of
inquiry) will be sent to all prospective bidders that have received the bidding
documents.
7. Amendment of
Bidding
Documents
At any time prior to the deadline for submission of bids, the Purchaser for any reason,
whether at its initiative or in response to a clarification requested by a prospective
bidder, may modify the bidding documents by amendment.
All prospective bidders that have received the bidding documents will be notified of
the amendment in writing or by email, and will be bidding on them.
In order to allow prospective bidders reasonable time in which to take the amendment
into account in preparing their bids, the Purchaser, at its discretion, may extend the
deadline for the submission of bids.
7
PREPARATION OF BIDS
8. Language of Bid The bid prepared by the Bidder, as well as all correspondence and documents relating
to the bid exchanged by the Bidder and the Purchaser shall be written in the language
specified in the Bid Data Sheet Supporting documents and printed literature furnished
by the Bidder may be in same language.
9. Documents
Comprising The
Bid
The bid prepared by the Bidder shall comprise the following components:
a) A bid form and a price schedule completed in accordance with ITB
clauses 10, 11 and 12;
b) Documentary evidence established in accordance with ITB clause 13 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 ITB clause 14 that
the goods and ancillary services to be supplied by the Bidder are eligible
goods and services and conform to the bidding documents;
b) Bid security furnished in accordance with ITB clause 15.
10. Bid Form The bidder shall complete the bid form and appropriate price schedule furnished in the
bidding documents, indicating the goods to be supplied, a brief description of the
goods, and their country of origin, quantity and prices.
11. Bid Prices The bidder shall indicate on the appropriate price schedule the unit prices (where
applicable) and total bid price of the goods it proposes to supply under the contract.
Prices indicated on the Price Schedule shall be Delivered Duty Paid (DDP) prices.
The bidder’s separation of price components in accordance with ITB clause 11.2 above
will be solely for the purpose of facilitating the comparison of bids by the Purchaser
and will not in any way limit the Purchaser’s right to contract on any of the terms
offered.
Prices quoted by the bidder shall be fixed during the Bidder’s performance of the
contract and not subject to variation on any account, unless otherwise specified in the
Bid Data Sheet. A bid submitted with and adjustable price quotation will be treated as
non-responsive and will be rejected, pursuant to ITB clause 24.
12. Bid Currencies Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data Sheet.
13.Documents
Establishing
Bidder’s
Eligibility and
Qualification
The bidder shall furnish as part of its bid, documents establishing the Bidder’s
eligibility to bid and its qualifications to perform the contract if its bid is accepted.
The documentary evidence of the Bidder’s eligibility to bid shall establish to the
Purchaser’s satisfaction that the bidder, at the time of submission of its bid, is eligible
as defined under ITB clause2.
The documentary evidence of the bidder’s qualifications to perform the contract if its
bid is accepted shall establish to the Purchaser’s satisfaction:
a) That, in the case of a bidder offering to supply goods under the contract
which the bidder did not manufacture or otherwise produce, the bidder
has been duly authorized by the goods manufacturer or producer to
supply the goods in Pakistan;
b) That the bidder has the financial, technical and production capability
necessary to perform the contract;
c) That, in the case of bidder not doing business within Pakistan, the bidder
is or will be (if awarded the contract) represented by an Agent In that
country equipped, and able to carry out the supplier’s maintenance, repair
8
and spare parts-stocking obligations prescribed in the conditions of
contract and/or Technical specifications; and That the bidder meets the
qualification criteria listed in the Bid Data Sheet.
14. Documents
Establishing Good
Eligibility and
Conformity to
Bidding
Documents
Pursuant to ITB clause 9, the bidder shall furnish, as part of its bid, documents
establishing the eligibility and conformity to the bidding documents of all goods and
services which the bidder proposes to supply under the contract.
The documentary evidence of the eligibility of the goods and services shall consist of a
statement in the Price Schedule of the country of origin of the goods and services
offered which shall be confirmed by a certificate of origin issued at the time of
shipment.
The documentary evidence of conformity of the goods and services to bidding
documents may be in the form of literature, drawing and data and shall consist of:
a) A detailed description of the essential technical and performance
characteristics of the goods;
b) A list giving full particulars, including available sources and current
prices of spare parts, special tools, etc., necessary for the proper and
continuing functioning of the goods for a period to be specified in the Bid
Data Sheet, following commencement of the use of the goods by the
Purchaser; and
c) An item-by-item commentary on the Purchaser’s Technical
Specifications demonstrating substantial responsiveness of the goods and
services to those specifications, or a statement of deviations and
exceptions to the provisions of the Technical Specifications.
For purposes of the commentary to be furnished pursuant to ITB clause (c) above, the
bidder shall note that standards for workmanship, material and equipment, as well as
references to designated in the Technical Specifications.
15. Bid Security 15.1 Pursuant to ITB clause 9, the bidder shall furnish as part of its bid, a bid security
in the amount specified in the Bid Data Sheet.
15.2 The bid security is required to protect the Purchaser against the risk of bidder’s
conduct which would warrant the security’s forfeiture, pursuant to ITB clause15.7.
15.3 The bid security shall be in Pak Rupees and shall be in one of the following
forms:
(b)Bank Call Deposit (CDR), Demand Draft (DD), Pay Order (PO) or Banker’s cheque
valid for thirty (30) days beyond the validity of bid.
15.4 Any bid not secured in accordance with ITB clauses 15.1 and 15.3 will be
rejected by the Purchaser as non-responsive, pursuant to ITB clause24.
15.5 Unsuccessful bidder bid security will be discharged or returned as promptly as
possible but not later than thirty (30) days after the expiration of the period of bid
validity prescribed by the Purchaser pursuant to ITB clause16.
15.6 The successful bidder’ bid security will be discharged upon the bidder signing the
contract, pursuant to ITB clauses 32 and furnishing the performance security, pursuant
to ITB clause33.
15.7.The bid security may be forfeited:
a) If a bidder withdraws its bid during the period of bid validity specified
by the bidder on the Bid Form; or
b) In the case of a successful bidder, if the bidder fails:
To sign the contract in accordance with ITB clause32;
Or
To furnish performance security in accordance with ITB clause33
16. Period of Validity
of Bids
Bids shall remain valid for the period specified in the Bid Data Sheet after the date of
bid opening prescribed by the purchaser, pursuant to ITB clause 19. A bid valid for a
shorter period shall be rejected by the Purchaser as non-responsive.
In exceptional circumstances, the purchaser may solicit the bidder’s consent to an
extension of the period of validity. The request and the responses thereto shall be made
in writing (or by email). The bid security provided under ITB clause 15 shall also be
9
suitably extended .A bidder may refuse the request without forfeiting its bid security.
A bidder granting the request will not be required nor permitted to modify its bid,
except as provided in ITB clause16.3.
In the case of fixed price contracts, if the award is delayed by a period exceeding Sixty
(60) days beyond the expiry of the initial bid validity, the contract price will be
adjusted by a factor specified in the request for extension.
17. Format & Signing
of Bid
The bidder shall prepare an original and the number of copies of the bid indicated in
the Bid Data Sheet, clearly marking each “ORIGINAL BID” and “COPY OF BID” as
appropriate. In the event of any discrepancy between them, the original shall govern.
The original and the copy or copies of the bid shall be typed or written in indelible ink
and shall be signed by the bidder or a person or persons duly authorized to bind the
bidder to the contract. All pages of the bid, except for un amend printed literature, shall
be initiated by the person or persons signing the bid.
Any interlineations, erasures or overwriting shall be valid only if they are initialed by
the person or persons singing the bid.
The bidder shall furnish information as described in the form of bid on commissions or
gratuities, If they paid or to be paid to agents relating to this bid, and to contract
execution if the bidder is awarded the contract.
10
SUBMISSION OF BIDS
18. Sealing &
Marking of
Bid
The bidder shall seal the original and each copy of the bid in separate envelopes, duly
marking the envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be
sealed in outer envelopes.
The inner and outer envelopes shall:
a) Be addressed to the purchaser at the address given in the Bid Data Sheet;
and
b) Bear the title of procurement activity indicated in the Bid Data Sheet, the
Invitation For Bid (IFB) title and number indicated in the Bid Data Sheet,
and a statement: “DO NOT OPEN BEFORE”, to be completed with the
time and the date specified in the Bid Data Sheet, pursuant to ITB clause
2.2.
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 “late”.
If the outer envelope is not sealed and marked as required by ITB clause18.2, the purchaser will assume no responsibility for the bid’s misplacement or premature
opening.
19. Deadline for
Submission of Bids
Bids must be received by the purchaser at the address specified under ITB clause 18.2
no later than the time and date specified in the Bid Data Sheet.
The purchaser may, at its discretion, extend this deadline for the submission of bids by
amending the bidding documents in accordance with ITB clause 7, in which case all
rights and obligations of the purchaser and bidders previously subject to the deadline
will thereafter be subject to the deadline as extended.
20. Late Bids 20.1. Any bid received by the purchaser after the deadline for submission of bids
prescribed by the purchaser pursuant to ITB clause 19 will be rejected and returned
unopened to the bidder.
21.Modification
& Withdrawal of
Bids
The bidder may modify or withdraw its bid after the bid’s submission, provided that
written notice of the modification, including substantiation or withdrawal of the bids is
received by the purchaser prior to the deadline prescribed for submission of bids.
The bidder’s modification or withdrawal notice shall be prepared sealed, marked and
dispatched in accordance with the provisions of ITB clause 18. A withdrawal notice
may also be sent by email, but followed by a signed confirmation copy, postmarked no
later than the deadline for submission of bids.
No bid may be modified after the deadline for submission of bids.
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 by the bidder on the Bid
Form. Withdrawal of a bid during this interval may result in the bidder’s forfeiture of
its bid security, pursuant to the ITB clause 15.7.
11
OPENING AND EVALUATION OF BIDS
22.Opening of Bids By
The Purchaser
The purchaser will open all bids in the presence of bidders representatives who choose
to attend, at the time, on the date, and at the place specified in the Bid Data Sheet. The
bidder representatives who are present shall sign an attendance sheet evidencing their
presence.
The bidders names, bid modifications or withdrawals, bid prices, discounts and the
presence or absence of requisite bid security and such other details as the purchaser, at
its discretion, may consider appropriate, will be announced at the opening. No bid shall
be rejected at bid opening, except for late bids, which shall be returned unopened to
the bidder pursuant to ITB clause 20.
Bids (and modifications sent pursuant to ITB clause 21.2) that are not opened and read
out at bid opening shall not be considered further for evaluation, irrespective of the
circumstances. Withdrawal bids will be returned unopened to the bidders.
The purchaser will prepare minutes of the bid opening.
23.Clarification of Bids 23.1 During evaluation of the bids, the purchaser 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.
24.Preliminary
Examination
The purchaser will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed and whether the bids are
generally in order.
Arithmetical errors will rectify on the following basis. If there is 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
supplier does not accept the correction of the errors, its bid will be rejected and its bid
security may be forfeited. If there is a discrepancy between words and figures, the
amount is words will prevail.
The purchaser may waive any minor informally. Nonconformity or irregularity in a bid
which does not constitute a material deviation provided such waiver does not prejudice
or affect the relative ranking of any bidder.
Prior to the detailed evaluation, pursuant to ITB clause 25, the purchaser will
determine the substantial responsiveness of each bid to the bidding documents. For
purposes of these clauses, a substantially responsive bid is one which conforms to all
the terms and conditions of the bidding documents without material deviations.
Deviations from or objections or reservation to critical provisions such as those
concerning Bid Security (ITB Clause 15), Applicable Law (GCC Clause 30) and Taxes
and Duties (GCC Clause 32) will be deemed to be a material deviation. The
purchaser’s determination of a bid’s responsiveness is to be based on the contents of
the bid itself without recourse to extrinsic evidence.
If a bid is not substantially responsive, it will be rejected by the purchaser and may not
subsequently be made responsive by the bidder by correction of the nonconformity.
25.Qualification &
Evaluation of Bids
In the absence of Prequalification, the purchaser will determine to its satisfaction
whether the bidder is qualified to perform the contract satisfactory, in accordance with
the criteria listed in ITB clause13.3.
The determination will take into account the bidder’s financial, technical and
production capabilities. It will be based upon an examination of the documentary
evidence of the bidder’s qualifications submitted by the bidder, pursuant to ITB clause
13.3, as well as such other information the purchaser deems necessary and appropriate.
The purchaser will Technically Evaluate and compare the bids which have been
determined to be substantially responsive, pursuant to ITB clause 24, as per Technical
12
Specifications required.
The purchaser’s Financial Evaluation of a bid will be on delivered duty paid (DDP)
price inclusive of prevailing taxes and duties.
26. Contacting The
Purchaser
Subject to ITB clause 23, no bidder shall contact the purchaser on any matter relating
to its bid, from the time of the bid opening to the time evaluation report is made public
i.e. 10 days before the contract is awarded. If the bidder wishes to bring additional
information or has grievance to the notice of the purchaser, it should do so in writing.
Any effect by a bidder to influence the purchaser during bid evaluation, or bid
comparison may result in the rejection of the bidder’s bid.
AWARD OF CONTRACT 27. Award Criteria 27.1 Subject to ITB clause 30, the purchaser will award the contract to the
successful bidder whose bid has been determined to be substantially
responsive and has been determined to be the lowest evaluated bid,
provided further that the bidder is determined to be qualified to
perform the contract satisfactorily.
28. Purchaser’s Right to
Vary Quantities at Time of
Award
28.1 The purchaser reserves the right at the time of contract award to increase
or decrease, by the percentage indicated in the Bid Data Sheet, the
quantity of goods and services originally specified in the schedule of
requirements without any change in unit price or other terms and
conditions.
29. Purchaser’s Right
to Accept or Reject All Bids
29.1 The purchaser reserves the right to accept or reject all bids, and to annual
the bidding process at any time prior to contract award, without
thereby incurring any liability to the bidder or bidders or any
obligation to inform the bidder or bidders of the grounds for the purchaser’s action.
30. Notification of
Award
Prior to the expiration of the period of bid validity, the purchaser will notify the
successful bidder in writing by registered letter or by email, to be confirmed in
writing by registered letter, that its bid has been accepted.
The notification of award will constitute the information of the contract.
Upon the successful bidder’s furnishing of the performance security pursuant ITB
clause 33, the purchaser will promptly notify each unsuccessful bidder and will
discharge its bid security, pursuant to ITB clause 15.
31. Signing of
Contract
At the same time as the purchaser notifies the successful bidder that its bid has been
accepted, the purchaser will send the bidder the contract form provided in the
bidding documents, incorporating all agreements between the parties.
Within Seven (07) days of receipt of the contract form, the successful bidder shall
sign and date the contract and return it to the purchaser.
32. Performance
Security
32.1 Within Fourteen (14) days of the receipt of notification of award from the
purchaser, the successful bidder shall furnish the performance security in
accordance with the conditions of contract in the performance security form
provided in the bidding documents, or in another form acceptable to the purchaser.
32.2 Failure of the successful bidder to comply with the requirement of ITB clause
13
32 or ITB clause 33.1 shall constitute sufficient grounds for the annulment
of the award and forfeiture of the bid security, in which event the purchaser
may make the award to the next lowest evaluated bidder or call for new
bids.
33. Corrupt or Fraudulent
Practices
33.1 The procuring agency requires that bidders, supplies and contractors observe
the highest standard of ethics during the procurement and execution of contracts.
For the purposes of this provision, the terms set forth below are defined as follows:
(i) “Corrupt Practice” means the offering, giving, receiving or soliciting
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.
(iii) “Collusive Practice” is an arrangement among bidders (prior to or
after bid submission) designed to establish bid prices at artificial, non-
competitive levels for any wrongful gains, and to deprive the
procuring agency of the benefits of free and open competition;
The procuring agency will 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
questions;
The procuring agency will sanction a firm, in accordance with
prevailing blacklisting procedures under Punjab Procurement Rules
2014 (amended up to date), if it at any time determines that the firm
has engaged in corrupt or fraudulent practices in competing for or in
executing, Bank-Financed contract.
33.2 Furthermore, bidders shall be aware of the provision stated in sub- clause 5.4
and sub-clause 24.1 of the General conditions of contract.
34. Warranty 34.1 A log book for the equipment shall be maintained by the supplier service
engineer in consultation with the end user department. This will include the name of
the equipment, down time, preventive maintenance schedule, replacement of parts,
down time etc.
34.2 The warranty will start from the date of acceptance of equipment (properly
installed, as per contracted specifications and handing over of related documents
mentioned in GCC and will last for its warranty period at 95%uptime.
34.3 The maintenance will be the responsibility of the manufacturer / their agent.
An annual optimal uptime of 95% is considered as acceptable level of performance.
34.4 Software and hardware up gradation of the computing system should be carried
out as available during warranty period as recommended by the manufacturer.
34.5 Manufacturer / Supplier shall be responsible for rectifying with all possible
speed at their own expense any defect or fault in the system which may develop at
any time during installation, commissioning period.
34.6 Manufacturer will guarantee the availability of spare parts and accessories for
the system for Ten (10) years.
34.7 Uptime shall be define as the time available to the user for doing
procedure/data acquisition and processing during working hours throughout the year
except holidays (from 9:00am to5:00pm).
34.8 Manufacturer/supplier shall check system performance during and after every
34.08 4-month. An “Optimal Percentage” will be calculated by dividing “System in
Service” hours by hours available, both measured on the basis of working hours as
detailed above.
34.9 If the uptime percentage for the measurement period (04-months) shall fall
short of 95% the following formula will be applied to determine additional days in
14
the warranty/service contract period.
a) 100% - 95% No Penalty
b) 95% - 90% the warranty period will be extended by2.0 time the
number of days as extra down time.
c) 90% - 80% The warranty period will be extended by 3.0 time
the number of days as extra downtime
d) Below 80% the warranty period will be extended by 4.0 times the
number of days as extra downtime.
34.10 Down time is defined as the failure in the equipment operation to acquire or
process the data or procedure, resulting in inability to carry out the required
procedure properly.
34.11 The firm will be bound to make arrangements for availability of qualified
technical staff in hospital/site for prompt execution/coordination of after sale
services.
34.12 Down time will start when the end user/staff In-Charge notifies the designated
service facility verbally or in writing to qualified technical staff of the firm stationed
in the hospital.
34.13 Down time will end once the repairs have been affected and the system is
again available for clinical use.
34.14 The firm will provide the recommended preventive maintenance schedule of
each of the equipment at the time of delivery.
34.15 The firm will bound to execute the installation/maintenance according to the
installation/service protocol and will replace the components/kits recommended by
the manufacturers for installation and periodic preventive maintenance.
34.17 Remote service via modem shall be preferred if provided by the manufacturer
to pick-up early faults at no cost to the hospital.
15
PART-II
SECTION-I BID DATA SHEET The following specific data for the goods to be procured shall complement, supplement, or amend the provisions in the
Instruction to Bidders (ITB) Part-I. Whenever, there is a conflict the provisions herein shall prevail over those in ITB.
ITB 1.1 Name of Procuring Agency: THQ HOSPITAL KALLAR SYEDAN, Primary &
Secondary Healthcare Department, Government Of Punjab.
ITB 1.2 Name: Procurement of General Store Items
ITB 1.3 Name of Purchaser:
Procuring Agency
THQ HOSPITAL KALLAR SYEDAN.
ITB 1.4 For clarification purposes, the Employer’s address is:
Kallar Syedan Road, THQ HOSPITAL KALLAR SYEDAN, Dist. Rawalpindi
Phone # 051-3201101
ITB 1.5 Language of the bid-English
BID PRICE AND CURRENCY ITB 2.1 The price quoted shall be Delivered Duty Paid at the following locations in accordance
with the schedule of requirements including the delivery charges: Kallar Syedan City, District Rawalpindi (Punjab).
ITB 2.2 The price shall be in Pak Rupees and shall be fixed.
PREPARATION AND SUBMISSION OF BIDS ITB 3.1 a. Certificate of incorporation of bidder’s firm showing its location and the date
of registration etc.
b. NTN and GST Registration Certificate.
ITB 3.2 Audited Balance Sheet or Bank Statement for the last financial year (1st July 2019 till
30th June 2020)
COMPLETE INCOME TAX RETURN OF YEAR 19-20
ITB 3.3 Qualification Requirements. In addition to ITB 13.1, ITB 13.2 and ITB 13.3 (b),
potential bidder must also fulfill the following:-
a) The bidder must be a Manufacturer or an Authorized Dealer for sales &
service continuously from last one-year.
b) List Of Employees
c) Past Supply Orders
d) Technical Brochures of equipment quoted, mentioning its
Specifications, manufacture’s model, product number and country of origin.
e) An average annual sale of Rs. 2Million.
f) One year business history with government/autonomous institutions.
g) Authority Letter from the bidder company authorizing the relevant person
to represent the company.
h) If an agent submits bids on behalf of more than one manufacturer, unless
each such bid is accompanied by a separate bid form for each bid, and a bid
security, when required for each bid and a valid authorized dealership
certificate from the respective manufacturer, all such bids will be rejected as
non-responsive
ITB 4.1 A certificate from the dealer that all spare parts of the equipment to be supplied are
easily available in Pakistan in the local market or from company owned outlets
ITB 5.1 Amount of Bid Security Package name Estimated cost & Bid security
Framework Contract of General Store
Items
2% of Estimated
Cost (Rs. 0.8 million)
16
ITB 6.1 Bid Validity Period: 90 days after the date of opening of bid.
ITB 7.1 Number of Copies: Original along with one copy of the bid. Bids must be
accompanied by unit price and total price.
ITB 8.1 Address for Bid Submission: Tehsil Head Quarter Hospital, Kallar Syedan,
Rawalpindi.
ITB 9.1 Deadline for Bid Submission: 18-02-2021 at 10:00 AM
ITB 10.1 Time, Date and Place for Bid Opening: 18-02-2021 at 10:30AM in the office of The
Medical Superintendent, THQ HOSPITAL Kallar Syedan.
ITB 11.1 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total price offered
by the qualified responsive bidder.
ITB 12.1 Percentage for quantity increase or decrease: 15% of total contract value also
extendable for Three (03) months after the completion of Financial Year 2020-21.
SECTION-II SCHEDULE OF REQUIREMENTS The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of delivery required.
TABLE-1 DELIVERYSCHEDULE
Packages
Location
Item
Delivery Period from the
date of Notification of
Award/Supply Order
Name THQ
Hospital
Kallar Syedan
General Store Items
Supply order will be issued
on requirement and the
supply period is 01 week
1. All store supplies should be made within the mentioned time.
2. However, 05 days grace period may be granted upon written request to the procuring agency.
3. If the firm fails to supply the store even after grace period. LD will be charged after mentioned delivery period
as per supply order.
4. If the firm fails to supply the stores, within 45 days the contract/supply order will be treated as cancelled.
5. In case of emergency and ordinary daily used medicines, supply shall be made immediately; otherwise order
should be considered cancelled if not delivered within 24hours.
Mode of Penalty No Penalty Imposition Penalty Imposition
With penalty @ 0.5% per day after
delivery period mentioned in Purchase
Order.
Up to delivery period as
mentioned in purchase order
After delivery period on daily
basis
For daily use ordinary and Emergency
Medicines
Immediate Supply as per
Demand
After 24 Hours of purchase
order
17
SECTION-III TECHNICAL SPECIFICATIONS
TECHNICAL EVALUATION OF THE TENDER
All the procurement procedures will be done strictly in accordance with the PPRA Rules 2014 (Amended
to date). Single stage/Two envelope bidding procedure shall be applied. The envelope shall be marked as
FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in legible letters. Envelopes shall
then be sealed in an outer envelope. The financial proposal of bids found technically non-responsive shall be
returned un-opened to the respective bidders. The inner envelops shall also indicate the name and address of the
bidder.
The envelope must also clearly show the bid title and bidder’s name and address. Failure to comply with this
requirement may result in rejection of the bid and the committee decision in this regard shall be final. Bids
submitted after the prescribed time shall not be entertained. (Valid for all Packages)
Only technical proposal will be opened by the tender opening committee. The financial proposal will be opened
by tender opening committee of responsive/technically successful bidders later on the declared time, place and
date. Financial proposal of the non-responsive/technically unsuccessful bidders will be returned as such to them
on that date without opening their financial offers as per PPRA Rules 2014. (Valid for all Packages)
All the pages of technical & financial bids should be marked as page no. (Valid for all Packages)
Substandard, broken seal & substituted bids will not be acceptable. (Valid for all Packages)
Bids shall remain valid for a period of three months after opening of technical bid. A bid valid for shorter period
shall be rejected as non-responsive. Extendable equal to the period of the original bid validity. (Valid for all
Packages)
Facility of the supplies must be available round the clock; 24/7 without any delay. No external factor such as
strikes may affect the supply. In case of delayed supplies, 0.5% per day Late Delivery charges will be imposed.
In case of consistent late supplies, the procuring agency of this hospital may reconsider the agreement of the LP
which can include in to cancellation of the contract.
Contract will be awarded to the tenderer offering highest discount to the hospital.
The validity of the contract will be till 30.06.2021, extendable for Three (03) months. (Valid for all Packages)
For the calculation of maximum retail price of those items where price is not printed on the product the retail
price will be finalized after survey. (Valid for all Packages)
The supplier/tenderer back ground should be financially sound, based on authentic bank statement. (Valid for all
Packages)
The price of general store items shall in no way be more than the market prices (retail price) and discount
offered by the bidders to the hospital will be based on its maximum retail price.
AMOUNT OF BID SECURITY
Submit a bid security mentioned in the tender notice against each package.
Samples:
Samples will be submitted for local or china made items and sample verification committee will evaluate the
samples.
Those firms, who failed to submit samples, will be considered technically non-responsive.
CLARIFICATION OF BIDS:
No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the procuring
agency may seek and accept clarifications to the bid that do not change the substance of the bid. (Valid for all
Packages)
LIMITATION ON NEGOTIATION’S:
There shall be no negotiations with the bidder. (Valid for all Packages)
18
REJECTION OF BIDS:
The authority may reject all bids or proposals at any time prior to the award of contract without assigning any
reason. (Valid for all Packages)
ACCEPTANCE OF BIDS:
The bidder with the highest discount/lowest price, if not conflict in any other law, rules, regulations or policy of
the Government of Punjab, shall be awarded the procurement award. (Valid for all Packages)
PERFORMANCE GUARANTEE:
The successful bidder shall furnish performance security of 5% of total estimated budget. The performance
security shall be deposited in the shape of cash deposit receipt, Bank Guarantee, Demand Draft valid for at least
Two years. (Valid for all Packages)
QUALIFICATION OF SUPPLIERS & CONTRACTORS:
Procuring Agency at any stage of the procurement proceedings, may require the suppliers or contractors to
provide information concerning the professional, technical financial, legal or managerial competence whether
already prequalified or not. (Valid for all Packages)
NO OFFER WILL BE CONSIDERED FIT:
i. Is submitted without call deposit by registered firm in the name of Medical Superintendent THQ
Hospital, Kallar Syedan.
ii. Is received after the date and time fixed for its receipt.
iii. Is unsigned.
iv. Is ambiguous.
v. Is overwritten.
vi. Is conditional.
vii. Is given by the firm black listed, suspended or removed from the approval list of the Health Department
Government of Punjab, Autonomous Health Institutions or by the Federal Government.
viii. Is received with a validity period shorter than that required in the tender inquiry.
ix. Does not conform to the general conditions of the tender inquiry.
x. Is received without earnest money as specified in the tender.
All the pages of tender must be signed & stamped properly at the bottom.(Valid for all Packages)
Successful bidder is bound to supply the full ordered quantities of all desired brands except those, who are
actually not available in the market. (Valid for all Packages)
INSPECTIONS & TEST/ANALYSIS:
The supplier will be responsible for free replacement of stocks if found not of the same specifications as
required on the demand from day to day basis. In case of non-supply the same will be purchased from the local market
and the amount will be deducted from the bills of contractor pending in the purchase department.
In case of any dispute the decision of the Medical Superintendent/Grievance Committee of THQ HOSPITAL
KALLAR SYEDAN, will be final. (Valid for all Packages)
19
Package Name : General Store Items
PRICE SCHEDULE
Sr Items Name Tentative
quantity
Comments Price offered
1 BP Apparatus mercury type (Belivia or
equivalent)
10 Nos Sample/Broachers required
2 BP Apparatus Cuff (normal size) with
bladder (Certeza or equivalent)
30 Nos Sample/Broachers required
3 BP Apparatus Pump (Certeza or
equivalent)
30 Nos Sample/Broachers required
4 Stethoscope (Belivia or equivalent) 10 Nos Sample/Broachers required
5 Thermometers (Good Quality) 50 Nos Sample/Broachers required
6 Examination Torch (Good Quality) 20 Nos Sample/Broachers required
7 Tongue Depressor (Good Quality) 20 Nos Sample/Broachers required
8 Nebulizer (Belivia or equivalent) 05 Nos Sample/Broachers required
9 Pulse Oximeter Hand held Digital
(Belivia or equivalent)
10 Nos Sample/Broachers required
10 Oxygen Gauge (Japan Technology) 05 Nos Sample/Broachers required
11 Patient Stool (GOOD QUALITY) 20 Nos Sample/Broachers required
12 Oxygen Cylinders 96ft (master with testing
certificate)
10 Nos Sample/Broachers required
13 Oxygen Cylinders 240ft (master with
testing certificate)
10 Nos Sample/Broachers required
14 Oxygen Cylinders Trolley (best quality) 05 Nos Sample/Broachers required
15 Steel Cupboard (6X4) (Best quality) 05 Nos Sample/Broachers required
16 Sharp Container (Medica) 100 Sample/Broachers required
17 Syringe Cutter (Classic or equivalent) 100 Sample/Broachers required
18 Tourniquets 30 Nos Sample/Broachers required
19 Instruments Tray (Steel Tray)(medium) 05 Nos Sample/Broachers required
20 Heating element for Baby Warmer 500 W 05 Nos Sample/Broachers required
21 Heating Auto Clave element 500 W 05 Nos Sample/Broachers required
22 Dressing Set 10 SET Sample/Broachers required
23 C Section Set (large complete set) 02 Nos Sample/Broachers required
24 Fire Extinguisher powder refilling 10 KG Sample/Broachers required
25 Locks (Large size) 30 Nos Sample/Broachers required
26 Foot Steps (Best Quality) 05Nos Sample/Broachers required
27 Nebulizer Kit (Peads) 10Nos Sample/Broachers required
28 Nebulizer Kit (Adults) 10Nos Sample/Broachers required
29 Tissue Paper Box (100 tissues) (rose petal
or equivalent)
100 box Sample/Broachers required
30 EXTENSION WITH 10 meter WIRE (Best
quality)
10Nos Sample/Broachers required
31 Container for sampling (500mL) 100 Nos Sample/Broachers required
32 Folding Screen 3 steps (Best Quality) 05Nos Sample/Broachers required
33 Weight machine with height scale 02 Nos Sample/Broachers required
34 Steel spirit jars 6*6 05Nos Sample/Broachers required
20
35 Stabilizer 1500 watt (Copper
winding)(homage or equivalent)
05 Nos Sample/Broachers required
36 Small waste basket 12litre (Best quality) 30 Nos Sample/Broachers required
37 Thermal paper roll 58mm 100 Nos Sample/Broachers required
38 Tape 6 Rolls Sample/Broachers required
39 ECG Paper roll (63mm) 100 Sample/Broachers required
40 Crockery China (Plates) 24Nos Sample/Broachers required
41 Crockery China (Glass) 24Nos Sample/Broachers required
42 UPS 1000 WATT (12 V) (Homage or
equivalent)
03 Nos Sample/Broachers required
43 Battery for Generator (200 AMP) (12V)
(Osaka)
03Nos Sample/Broachers required
44 Air Fresheners (cobra or equivalent) 200 Sample/Broachers required
45 Office Room Bell 6 Sample/Broachers required
46 First Aid Box (Large Size) made of plastic 5 Sample/Broachers required
47 Couch (best quality) 5 Sample/Broachers required
48 Surf ½ kg 300kg Sample/Broachers required
49 Bleach 1lt (good quality) 40lt Sample/Broachers required
50 Phenyl (super or equivalent) 40ltr Sample/Broachers required
51 Latex Examination Gloves pack (Large
size) (safety or equivalent)
500packs Sample/Broachers required
52 Face mask 3 ply with nose pin 300packs Sample/Broachers required
53 Thermal gun (Belivia or equivalent) 03 Sample/Broachers required
54 Glucometer (OnCall Plus) 05 Sample/Broachers required
55 Gluco Strips pack of 50s (On call Plus) 100 Sample/Broachers required
56 CTG Paper pack (medi paper) (200sheets)
(151mm*150mm)
20packs Sample/Broachers required
57 Disposable Gown 20gsm (green/blue) 1000 Sample/Broachers required
58 KN95 with Filter 200 Sample/Broachers required
59 Shoe cover for OT (100S) 100pack Sample/Broachers required
60 Head cover for OT (100S) 100pack Sample/Broachers required
61 Ultrasound Gel 5litre (AQUA) 30 Sample/Broachers required
62 Carbolic Acid 1kg solid (BDH) 06 Sample/Broachers required
63 Formalin solution 2.5litre (BDH) 10 Sample/Broachers required
64 Macintosh Sheet 500meters Sample/Broachers required
65 Autoclave Tape (SAFETY OR
EQUIVALENT)
15 Sample/Broachers required
66 Steri-gauge strips 3m pack of 100s 06 Sample/Broachers required
67 ECG machine (3 channel) China made with
warranty
02 Sample/Broachers required
68 ECG Electrodes pack 0f 50 (best quality) 10 Sample/Broachers required
69 Laryngeal Mask Airways (ALL size)
(reusable) (Peads and Adults both)
01 of each
size
Sample/Broachers required
21
70 Disposable ventilator circuit 10 Sample/Broachers required
71 Non Invasive Ventilation mask (All Sizes) 01 of each
size
Sample/Broachers required
72 Transparent Vinyl Ventilation mask (All
Sizes)
01 of each
size
Sample/Broachers required
73 Bacterial Filters HME 500 Sample/Broachers required
74 Chest tube drain bottle 2litre 02 Sample/Broachers required
75 Supra pubic Catheterization set (Adult &
Peads)
01 of each Sample/Broachers required
IMPORTANT NOTE:
Items for which samples & brochure are needed must be submitted
along with bid submission. No bid will be accepted without samples.
CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER
Technical Evaluation
Sr. # DOCUMENTS NEEDED CHECKLIST
1 Original receipt for purchase of tender
2
Copy of Bid Security amounting
2 % of total estimated cost
in the favor of Medical Superintendent
THQ Hospital Kallar Syedan, District RWP,
3 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender documents and
PPRA rules 2014 (Amended 2016)
4 Certificate of free replacement on firm’s letter pad.
6 Valid National Tax Number/Sale Tax Number
7 Affidavit on Rs.50 stamp paper that firm is Not Black listed.
8 Attested CNIC copy
9 Good practice certificate from any government institute
FINANCIAL EVALUATION
Sr. # DOCUMENTS NEEDED CHECKLIST
1 Financial Proposal (Price Schedule) on letter pad of the firm
2 Bid Security (ORIGINAL)
22
1. Contract Form
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of Purchaser] (hereinafter called “the
Purchaser”) of the one part and [name of Supplier] of (hereinafter called “the Supplier”) of the other part:
WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief description of goods and services]
and has accepted a bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and
figures] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the
Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
(a) The Bid Form and the Price Schedule submitted by the Bidder;
(b) The Schedule of Requirements;
(c) The Technical Specifications;
(d) The General Conditions of Contract;
(e) The Special Conditions of Contract; and
(f) The Purchaser’s Notification of Award.
3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier
hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all
respects with the provisions of the Contract
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and
the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the
contract at the times and in the manner prescribed by the contract.
In witness where of the parties here to have caused this agreement to be executed in accordance with their respective laws the
day and year first above written.
Signed, sealed, delivered by the (for the Purchaser)
Signed, sealed, delivered by the (for the Supplier)
23
BID FORM
To: _ [Name and address of Procuring Agency]
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the
supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid
Amount__________________, [Bid Amount in words___________________ or such other sums as may be ascertained
in accordance with the Schedule of Prices attached herewith and made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule
of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of call deposit (CDR)
equivalent to 2 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT, THQ
HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it
shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is
prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute
a binding Contract between us.
We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive.
Name and address ____________________________
Amount ______________________
(If none, state “none”)”
Dated this ____________day of 20___________.
Signature (in the capacity of) duly authorized to sign bid for and on behalf of Attachment.
24
AFFIDAVIT
ON STAMP PAPER OF RS 100/-
I/We, the undersigned solemnly state that:
We have read the contents of the Bidding Document and have fully understood it.
The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned
have not paid nor have agreed to pay, any Commissions or Gratuities to any official or Agent related to this bid or award or
contract.
The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
The undersigned are bound to Replacement of damaged /substandard stocks free of cost,
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________
Stamp_____________
25
AFFIDAVIT
ON STAMP PAPER OF RS 100/-
I/We, the undersigned solemnly state that:
We have read the contents of the Bidding Document and have fully understood it.
The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents.
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________
Stamp_________________
26
PERFORMANCE GUARANTEE
After winning the bid
To,
MEDICAL SUPERINTENDENT
THQ HOSPITAL KALLAR SYEDAN.
Whereas [Name of Supplier_____________________________] (hereinafter called “the Supplier”) has undertaken in
pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank Guarantee
by a scheduled bank for the sum of 5% of the total contract amount as a Security for compliance with the Supplier’s
performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of
[Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand
declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the
limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your
demand or the sum specified therein.
This guarantee is valid until the____________ day of________,
Signature and Seal of the Guarantors/ Bank:
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________Stamp___________________
27
BID SUBMISSION FORM
LETTER OF INTENTION
TO
THE MEDICAL SUPERINTENDENT
THQ HOSPITALI KALLAR SYEDAN.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned,
offer the following Rate/items .We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements, we shall furnish a Performance Guaranty/Security in the shape of Call
Deposit (CDR) in the name of Medical Superintendent THQ HOSPITAL KALLAR SYEDAN equivalent to 5% of the total
Contract amount. We agree to abide by this bid for a period of FY 2020-21 from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that
period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your
notification of award shall constitute a binding Contract between us. We understand that the Procuring Agency is not bound
to accept the highest or any bid, Procuring Agency may receive.
Name of the bidder ___________________
Father, s Name_______________________
Address of bidder / Firm_______________
NIC #______________________________
Designation _________________________
Signature ___________________________
Stamp_____________________________
SUPPLIER /VENDOR CERTIFICATE
I/we have read all the instructions in the bidding documents including special instructions and further abide
by rules as laid down in the bidding documents
Name of the tenderer: __ _ _
Sign of tenderer ________________________
Designation of tenderer:__ _______
Postal address_____________________________
Telephone Number_________________________
CNIC number______________________________
NTN number ____________________
Sign &Stamp ___________________
28
To be attached with technical bid
FORMAT FOR COVERING LETTER To
(Name and address of procuring agency) Sub: ________________________________
Dear Sir,
a) Having examined the tender document and Appendixes we, the undersigned, in conformity with the said
document, offer to provide the said supply/works on terms of reference to be signed upon the award of contract for
the sum indicated as per Price Schedule.
b) We undertake, if our proposal is accepted, to provide the works comprise in the contract within time frame
specified, starting from the date of receipt of notification of award from the client Department / Office.
c) We agree to abide by this proposal for the period of days (as per requirement of the project) from the date of bid
opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
d) We agree to execute a contract in the form to be communicated by the (insert name of the Procuring agency) _,
incorporating all agreements with such alterations or additions thereto as may be necessary to adapt such
agreement to the circumstances of the standard.
e) We understand that you are not bound to accept a lowest or any bid you may receive, not to justify for rejection of
any bid and that you will not defray any expenses incurred by us in biding.
Authorized Signatures with Official Stamp
29
Format of Power-of-Attorney form
To be submitted with technical proposal
POWER OF ATTORNEY
(On Stamp Paper of relevant value)
Know all men by these presents, we (name of the company and address of the registered office) do
hereby appoint and authorize Mr. (full name and residential address) who is presently employed with us
and holding the position of as our attorney, to do in our name and on our behalf, all such acts, deeds
and things necessary in connection with or incidental to our proposal for (name of the project) in
response to the tenders invited by the (name of the Procuring agency) including signing and submission
of all documents and providing information/responses to (name of the Procuring agency) in all
matters in connection with our Bid.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always
be deemed to have been done by us.
Name of the Attorney ___________________
Title and address __________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________
Stamp_________________
30
To be attached on legal stamp paper with technical bid
AFFIDAVIT (Integrity Pact)
We ______ (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr. /Ms.
____________________ (If participating through agent / representative) is the agent / representative duly
authorized by _(Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid
to the _(Name of the Procuring agency)_. Affiant further states that the said M/s (Bidding Firm/Company
Name) has not paid, given or donate or agreed to pay, given or donate to any line officer or employee of the
_(Name of the Procuring agency)_ any money or thing of value, either directly or indirectly, for special
consideration in the letting of the contract, or for giving undue advantage to any of the bidder in the bidding
and in the evaluation and selection of the bidder for contract or for refraining from properly and thoroughly
maintaining projects implementations, reporting violation of the contract specification or other forms of
noncompliance.
[The Seller/Supplier/Contractor] certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with the Procuring agency and
has not taken any action or will not take any action to circumvent the above declaration, representation or
warranty / support. The Seller/Supplier/Contractor certifies that it has made and will make full disclosure of
all agreements and arrangements with all people in respect of or related to the transaction with the
Procuring agency and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty / support.
[The Seller/Supplier/Contractor] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresentation facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty/support. It agrees that any contract, right, interest,
privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any
other right and remedies available to the Procuring agency under any law, contract or other instrument, be
voidable at the option of Procuring agency.
Notwithstanding any rights and remedies exercised by the Procuring agency in this regard, [the
Seller/Supplier/Contractor] agrees to indemnify the Procuring agency for any loss or damage incurred by it
on account of its corrupt business practices and further pay compensation to the Procuring agency in an
amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback
given by [the Seller/Supplier/Contractor] as aforesaid for the purpose of obtaining or inducing the
procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from
the Procuring agency.
______________________
Signature & Stamp
Subscribed and sworn to me this day of 20_____
31
BIDDING DOCUMENT
TEHSIL HEAD QUARTER HOSPITAL KALLAR
SYEDAN, DISTT.RAWALPINDI
PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT,
PUNJAB
.
FRAMEWORK CONTRACT
FOR LOCAL PURCHASE OF STATIONARY ITEMS FOR THE
FY. YEAR 2020-2021.
32
TENDER NOTICE The THQ Hospital Kallar Syedan, District Rawalpindi invites sealed bids from eligible bidders,
Manufacturers, authorized Sales & Service Dealers, Distributors, for the supply of below mentioned items
for the Financial year 2020-2021.
S# NAME OF TENDER BID SECURITY
(2% of Estimated Cost )
LAST DATE &
TIME OF
SALE OF
TENDER
LAST DATE &
TIME OF
RECEIVING
OF TENDER
DATE
&TIME OF
OPENING
OF TENDER
01 Framework Contract of
Stationary Items
2% of Estimated
Cost (Rs. 0.4 million)
17-02-2021 at
01:00PM
18-02-2021 at
10:00AM
18-02-2021 at
10:30AM
Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two
Envelope) procedures specified in the Punjab Procurement Rules PPRA 2014 (amended up to 2017), and is open to all eligible bidders as defined in the bidding document.
Interested eligible bidders may obtain bidding documents and further information from
the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written
application along with payment of non-refundable fee of PKR/- 1000/- (One thousand
only). Bidding documents can be obtained from office of Procurement Officer, THQ
Hospital Kallar Syedan at the mentioned time and date.
Biding documents are also available on Punjab Procurement Regulatory Authority
website (www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand
Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the
below mentioned office within the closing date.
Bids will be opened in the presence of bidders’ representatives who choose to attend at
mentioned time on the same date in the Office of The Medical Superintendent THQ
Hospital Kallar Syedan on the closing date.
The bidders are requested to give their best and final prices as no negotiations are
expected.
Taxes will be deducted as per applicable government rules and NTN and Sales Tax
registration certificate must be provided.
For obtaining any further information or clarifications, please contact at the following.
MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN
Government of Punjab Tel: 051-3201101
33
Check List The provision of this checklist is essential prerequisite along with submission of
tenders.
SR. DETAIL YES / NO
KNOCKOUT CLAUSES
01 Original receipt for purchase of tender. Yes / No
02 Valid National ID Card (NADRA) Yes / No
03
Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank draft/CDR (copy of CDR must be in Technical Offer and Original
CDR must be in Financial Offer)
Yes / No
GENERAL CLAUSES SR. DETAIL Marks 01 Samples submission with Technical Dossier / Document / brochure 10
02 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender
documents and PPRA rules 2014 (Amended 2016). 10
03 An affidavit on stamp paper of Rs.100/- submitting following clauses:
i) that the firm / bidder is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.
10
04 Minimum one year experience regarding supply of Stationary Items to Government / Autonomous institutions to Government / Autonomous
institutions 10
05 Discount/Price should not be mentioned on technical bid. 10
06 Bank statement / Balance sheet of last one year 10
07 Valid National Tax Number & Sale Tax Number 10
08 Good practice certificate 10
09 Attested copy of CNIC of the Owner/ Directors/Partners 10
10 Company / Suppliers profile including detail of managerial staff
(Staff Name, Address of staff & Telephone No.) 10
Total 100 Note: Passing marks for tender are 70
34
Procedure
Sealed bids are required to be submitted by the interested bidders up to Last Date as mentioned
above in the office of Medical Superintendent THQ Hospital Kallar Syedan. The bids
received till the stipulated date & time shall be opened on the same day in the presence of the
bidders or their authorized representatives (who choose to attend) by the purchase committee.
Bid Security of the 2% of the total estimated price (as determined by the procuring agency) in
the shape of call Deposit/CDR from any scheduled bank is required to be furnished with the
Financial Bid & Photo copy of same should be attached with technical proposal otherwise bid
will be rejected. Bids shall not be entertained after the mentioned date and time.
1. Single Stage- Two Envelope bidding procedure shall be applied. The envelope shall be
marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters. Financial proposal of bids found technically non-responsive shall be returned un-opened
to the respective bidders.
2. Procurements shall be governed under the Punjab Procurement Rules, 2014(Amended till to
date)
3. The bidding documents duly signed by the Medical Superintendent THQ Hospital Kallar
Syedan will be accepted.
4. All bids should be submitted in tape binding. All documents should contain proper page
marking, attached in sequence as indicated for evaluation in the bidding documents along with
signatures of authorized person. Moreover, signing and stamping of each page of bidding
documents/form is mandatory.
5. In case the date of opening or last date of sale is declared as a public holiday by the
government or non-working day due to any reason, the next official working day shall be
deemed to be the date of sale and submission and opening of tenders accordingly. The time and
venue shall remain the same.
6. The bidders are requested to give their lowest and best prices with their bids.
7. Attested copy of registration of income tax, sale tax, Copy of CNIC and original receipt of
purchase tender to be attached with the technical bids.
8. The Procuring agency may reject all bids or proposal at any time prior to acceptance of a bid
or proposal. The procuring agency shall upon request, may communicate to any bidder, the
grounds for its rejection of all bids of proposal, but shall not be required to justify those
grounds.
9. Taxes will be deducted as per applicable government rules. National Tax Number (NTN) and
Sales Tax Number (STN) must be valid.
35
INSTRUCTION TO BIDDERS
1. Source of Funds
1.1 The Procuring Agency named in the bid Data Sheet has received budget from the
Government of Punjab. The procuring agency intends to apply a portion of the
proceeds of this budget to eligible payments under the contract for which this
invitation for bids is issued.
2. Eligible Bidders
This invitation for bids is open to all supplies, except as provided hereinafter.
Bidders should not be associated, or even have been associated with a firm or any of
its affiliates which have been engaged by the procuring agency to provide consulting
services for the preparation of the design, specifications and other documents to be
used for the procurement of the good store purchased under this invitation forbids.
Government-owned enterprises may participate only if they are legally and financially
autonomous, if they operate under commercial law and if they are not a dependent
agency of the Government.
Bidders shall not be under a declaration of blacklisting by any Government department
or Punjab Procuring Regulatory Authority (PPRA). For which an undertaking will be
submitted along with bid by the bidders.
3. Eligible Goods &
Services
All goods and related services to be supplied under the contract shall have their
original eligible source countries, defined in the Bid Data Sheet (BDS), and all
expenditures made under the contract will be limited to such goods and services.
For purpose of this clause, “Origin” means the place where the goods are mined,
grown, or produced, or the place from which the related services are supplied. Goods
are produced when, through manufacturing, processing or substantial and major
assembly of components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility from its
components.
The origin of goods and services is distinct from nationality of the bidders.
4. Cost of Bidding
4.1 The bidder shall bear all costs associated with the preparation and submission of its
bid, and the Procuring Agency named in the Bid Data Sheet, hereinafter referred to as
“The Purchaser” will in no case be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
36
BIDDING DOCUMENTS
5. Content of
Bidding
Documents
The goods required, bidding procedures and contract terms are prescribed in the
bidding documents. In addition to the invitation for bids, the bidding documents
include:
j) Instruction To Bidders(ITB)
k) Bid Data Sheet
l) Schedule of Requirements
m) Technical Specifications
n) Bid Submission Form
o) Manufacturer’s Authorization Form
p) Price Schedule
q) General Conditions of Contract (GCC)
r) Special Conditions of Contract(SCC)
The bidder 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 will be at the Bidder’s risk and may result in the rejection of its bid
6. Clarification of
Bidding
Documents
6.1 A prospective bidder requiring any clarification of the bidding documents may
notify the purchaser in writing or by email at the Purchaser’s address indicated in ITB
Clause 19.1.
The purchaser will respond in writing to any request for clarification of the bidding
documents which it receives no later than three (3) days prior to the deadline for the
submission of bids prescribed in the Bid Data Sheet. Written copies of the Purchaser’s
response (including an explanation of the query but without identifying the source of
inquiry) will be sent to all prospective bidders that have received the bidding
documents.
7. Amendment of
Bidding
Documents
At any time prior to the deadline for submission of bids, the Purchaser for any reason,
whether at its initiative or in response to a clarification requested by a prospective
bidder, may modify the bidding documents by amendment.
All prospective bidders that have received the bidding documents will be notified of
the amendment in writing or by email, and will be bidding on them
In order to allow prospective bidders reasonable time in which to take the amendment
into account in preparing their bids, the Purchaser, at its discretion, may extend the
deadline for the submission of bids.
37
PREPARATION OF BIDS
8. Language of Bid
8.1 The bid prepared by the Bidder, as well as all correspondence and documents
relating to the bid exchanged by the Bidder and the Purchaser shall be written in the
language specified in the Bid Data Sheet Supporting documents and printed literature
furnished by the Bidder may be in same language.
9. Documents
Comprising The
Bid
The bid prepared by the Bidder shall comprise the following components:
c) A bid form and a price schedule completed in accordance with ITB
clauses 10, 11 and 12;
d) Documentary evidence established in accordance with ITB clause 13 that
the Bidder is eligible to bid and is qualified to perform the contract if its
bid is accepted;
e) Documentary evidence established in accordance with ITB clause
14thatthegoodsandancillaryservicestobesuppliedbytheBidder are eligible
goods and services and conform to the bidding documents; and
d) Bid security furnished in accordance with ITB clause15.
10. Bid Form
10.1 The bidder shall complete the bid form and appropriate price schedule furnished
in the bidding documents, indicating the goods to be supplied, a brief description of the
goods, and their country of origin, quantity and prices.
11. Bid Prices
The bidder shall indicate on the appropriate price schedule the unit prices (where
applicable) and total bid price of the goods it proposes to supply under the contract.
Prices indicated on the Price Schedule shall be Delivered Duty Paid (DDP) prices.
The bidder’s separation of price components in accordance with ITB clause 11.2 above
will be solely for the purpose of facilitating the comparison of bids by the Purchaser
and will not in any way limit the Purchaser’s right to contract on any of the terms
offered.
Prices quoted by the bidder shall be fixed during the Bidder’s performance of the
contract and not subject to variation on any account, unless otherwise specified in the
Bid Data Sheet. A bid submitted with and adjustable price quotation will be treated as
non-responsive and will be rejected, pursuant to ITB clause 24.
12. Bid Currencies 12.1. Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid Data
Sheet.
13.Documents
Establishing
Bidder’s
Eligibility and
Qualification
PursuanttoITBclause9, the bidder shall furnish, as par to fits bid, documents
establishing the Bidder’s eligibility to bid and its qualifications to perform the contract
if its bid is accepted.
The documentary evidence of the Bidder’s eligibility to bid shall establish to the
Purchaser’s satisfaction that the bidder, at the time of submission of its bid, is eligible
as defined under ITB clause2.
The documentary evidence of the bidder’s qualifications to perform the contract if its
bid is accepted shall establish to the Purchaser’s satisfaction:
d) That, in the case of a bidder offering to supply goods under the contract
which the bidder did not manufacture or otherwise produce, the bidder
has been duly authorized by the goods manufacturer or producer to
supply the goods in Pakistan;
e) That the bidder has the financial, technical and production capability
necessary to perform the contract;
f) That, in the case of bidder not doing business within Pakistan, the bidder
is or will be (if awarded the contract) represented by an Agent In that
country equipped, and able to carry out the supplier’s maintenance, repair
and spare parts-stocking obligations prescribed in the conditions of
contract and/or Technical specifications; and That the bidder meets the
qualification criteria listed in the Bid Data Sheet.
38
14. Documents
Establishing Good
Eligibility and
Conformity to
Bidding
Documents
14.1 PursuanttoITBclause9, the bidder shall furnish, as par to fits bid, documents
establishing the eligibility and conformity to the bidding documents of all goods and
services which the bidder proposes to supply under the contract.
14.2 The documentary evidence of the eligibility of the goods and services shall
consist of a statement in the Price Schedule of the country of origin of the goods and
services offered which shall be confirmed by a certificate of origin issued at the time
of shipment.
14.3 The documentary evidence of conformity of the goods and services to bidding
documents maybe in the form of literature, drawing and data and shall consist of:
d) A detailed description of the essential technical and performance
characteristics of the goods;
e) A list giving full particulars, including available sources and current
prices of parts, special tools, etc., necessary for the proper and continuing
functioning of the goods for a period to be specified in the Bid Data
Sheet, following commencement of the use of the goods by the
Purchaser; and
f) An item-by-item commentary on the Purchaser’s Technical
Specifications demonstrating substantial responsiveness of the goods and
services to those specifications, or a statement of deviations and
exceptions to the provisions of the Technical Specifications.
14.4 For purposes of the commentary to be furnished pursuant to ITB clause (c)
above, the bidder shall note that standards for workmanship, material and equipment,
as well as references to designated in the Technical Specifications.
15. Bid Security
15.1 PursuanttoITBclause9, the bidder shall furnish, as par to fits bid, a bid security in
the amount specified in the Bid Data Sheet.
15.2 The bid security is required to protect the Purchaser against the risk of bidder’s
conduct which would warrant the security’s forfeiture, pursuant to ITB clause15.7.
15.3 The bid security shall be in Pak Rupees and shall be in one of the following
forms:
(b)Bank Call Deposit (CDR), Demand Draft (DD), Pay Order (PO) or Banker’s cheque
valid for thirty (30) days beyond the validity of bid.
15.4 Any bid not secured in accordance with ITB clauses 15.1 and 15.3 will be
rejected by the Purchaser as non-responsive, pursuant to ITB clause24.
15.5 Unsuccessful bidder bid security will be discharged or returned as promptly as
possible but not later than thirty (30) days after the expiration of the period of bid
validity prescribed by the Purchaser pursuant to ITB clause16.
15.6 The successful bidder’ bid security will be discharged upon the bidder signing the
contract, pursuant to ITB clauses 32 and furnishing the performance security, pursuant
to ITB clause33.
15.7.The bid security may be forfeited:
c) If a bidder withdraws its bid during the period of bid validity specified
by the bidder on the Bid Form; or
d) In the case of a successful bidder, if the bidder fails:
To sign the contract in accordance with ITB clause32; Or
To furnish performance security in accordance with ITB clause33
16. Period of Validity
of Bids
Bids shall remain valid for the period specified in the Bid Data Sheet after the date of
bid opening prescribed by the purchaser, pursuant to ITB clause 19. A bid valid for a
shorter period shall be rejected by the Purchaser as non-responsive.
In exceptional circumstances, the purchaser may solicit the bidder’s consent to an
extension of the period of validity. The request and the responses thereto shall be made
in writing (or by email). The bid security provided under ITB clause 15 shall also be
suitably extended. A bidder may refuse the request without forfeiting its bid security.
A bidder granting the request will not be required nor permitted to modify its bid,
except as provided in ITB clause16.3.
In the case of fixed price contracts, if the award is delayed by a period exceeding Sixty
(60) days beyond the expiry of the initial bid validity, the contract price will be
adjusted by a factor specified in the request for extension.
39
17. Format & Signing
of Bid
The bidder shall prepare an original and the number of copies of the bid indicated in
the Bid Data Sheet, clearly marking each “ORIGINAL BID” and “COPY OF BID” as
appropriate. In the event of any discrepancy between them, the original shall govern.
The original and the copy or copies of the bid shall be typed or written in indelible ink
and shall be signed by the bidder or a person or persons duly authorized to bind the
bidder to the contract. All pages of the bid, except for unamend printed literature, shall
be initiated by the person or persons signing the bid.
Any interlineations, erasures or over writing shall be valid only of they are initialed by
the person or persons singing the bid.
The bidder shall furnish information as described in the form of bid on commissions or
gratuities, If they paid or to be paid to agents relating to this bid, and to contract
execution if the bidder is awarded the contract.
SUBMISSION OF BIDS
18. Sealing &
Marking of
Bid
The bidder shall seal the original and each copy of the bid in separate envelopes, duly
marking the envelopes as “ORIGINAL” and “COPY”. The envelopes shall then be
sealed in outer envelopes.
The inner and outer envelopes shall:
a) Be addressed to the purchaser at the address given in the Bid Data Sheet;
and
b) Bear the title of procurement activity indicated in the Bid Data Sheet, the
Invitation For Bid(IFB) title and number indicated in the
Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE”, to be completed with
the time and the date specified in the Bid Data Sheet, pursuant to ITB clause 2.2.
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 “late”.
If the outer envelope is not sealed and marked as required by ITB clause18.2, the purchaser will assume no responsibility for the bid’s misplacement or premature
opening.
19. Dead line for
Submission of Bids
Bids must be received by the purchaser at the address specified under ITB clause 18.2
no later than the time and date specified in the Bid Data Sheet.
The purchaser may, at its discretion, extend this deadline for the submission of bids by
amending the bidding documents in accordance with ITB clause 7, in which case all
rights and obligation soft he purchaser and bidders previously subject to the deadline
will thereafter be subject to the deadline as extended.
20. Late Bids
20.1. Any bid received by the purchaser after the deadline for submission of bids
prescribed by the purchaser pursuant to ITB clause 19 will be rejected and returned
unopened to the bidder.
40
21.Modification
& Withdrawal of
Bids
The bidder may modify or withdraw its bid after the bid’s submission, provided that
written notice of the modification, including substantiation or withdrawal of the bids is
received by the purchaser prior to the deadline prescribed for submission of bids.
The bidder’s modification or withdrawal notice shall be prepared sealed, marked and
dispatched in accordance with the provisions of ITB clause 18. A withdrawal notice
may also be sent by email, but followed by a signed confirmation copy, postmarked no
later than the deadline for submission of bids.
No bid may be modified after the deadline for submission of bids.
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 by the bidder on the Bid
Form.
With drawl of a bid during this interval may result in the bidder’s forfeiture of its bid
security, pursuant to the ITB clause 15.7.
OPENING AND EVALUATION OF BIDS
22.Opening of
Bids By The
Purchaser
The purchaser will open all bids in the presence of bidders representatives who choose
to attend, at the time, on the date, and at the place specified in the Bid Data Sheet. The
bidder representatives who are present shall sign an attendance sheet evidencing their
presence.
The bidders names, bid modifications or withdrawals, bid prices, discounts and the
presence or absence of requisite bid security and such other details as the purchaser, at
its discretion, may consider appropriate, will be announced at the opening. No bid shall
be rejected at bid opening, except for late bids, which shall be returned unopened to
the bidder pursuant to ITB clause20.
Bids (and modifications sent pursuant to ITB clause 21.2) that are not opened and read
out at bid opening shall not be considered further for evaluation, irrespective of the
circumstances. Withdrawal bids will be returned unopened to the bidders.
The purchaser will prepare minutes of the bid opening.
23.Clarification of
Bids
23.1 During evaluation of the bids, the purchaser 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.
24.Preliminary
Examination
The purchaser will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required sureties have been
furnished, whether the documents have been properly signed and whether the bids are
generally in order.
Arithmetical errors will rectify on the following basis. If there is 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
supplier does not accept the correction of the errors, its bid will be rejected and its bid
security may be forfeited. If there is a discrepancy between words and figures, the
amount is words will prevail.
The purchaser may waive any minor informally. Nonconformity or irregularity in a bid
which does not constitute a material deviation provided such waiver does not prejudice
or affect the relative ranking of any bidder.
Prior to the detailed evaluation, pursuant to ITB clause 25, the purchaser will
determine the substantial responsiveness of each bid to the bidding documents. For
purposes of these clauses, a substantially responsive bid is one which conforms to all
the terms and conditions of the bidding documents without material deviations.
Deviations from or objections or reservation to critical provisions such as those
concerning Bid Security(ITBClause15), Applicable Law (GCC Clause 30) and Taxes
and Duties (GCC Clause 32) will be deemed to be a material deviation. The
purchaser’s determination of a bid’s responsiveness is to be based on the contents of
41
the bid itself without recourse to extrinsic evidence.
If a bid is not substantially responsive, it will be rejected by the purchaser and may not
subsequently be made responsive by the bidder by correction of the nonconformity.
25.Qualification
& Evaluation of Bids
In the absence of Prequalification, the purchaser will determine to its satisfaction
whether the bidder is qualified to perform the contract satisfactory, in accordance with
the criteria listed in ITB clause13.3.
The determination will take into account the bidder’s financial, technical and
production capabilities. It will be based upon an examination of the documentary
evidence of the bidder’s qualifications submitted by the bidder, pursuant to
ITBclause13.3, as well as such other informations the purchaser deems necessary and
appropriate.
The purchaser will Technically Evaluate and compare the bids which have been
determined to be substantially responsive, pursuant to ITB clause 24, as per Technical
Specifications required.
The purchaser’s Financial Evaluation of a bid will be on delivered duty paid (DDP)
price inclusive of prevailing taxes and duties
26.Contacting The
Purchaser
Subject to ITB clause 23, no bidder shall contact the purchaser on any matter relating
to its bid, from the time of the bid opening to the time evaluation report is made public
i.e. 10 days before the contract is awarded. If the bidder wishes to bring additional
information or has grievance to the notice of the purchaser, it should do so in writing.
Any effect by a bidder to influence the purchaser during bid evaluation, or bid
comparison may result in the rejection of the bidder’s bid.
AWARD OF CONTRACT
27. Award
Criteria
27.1 Subject to ITB clause 30, the purchaser will award the contract to the
successful bidder whose bid has been determined to be substantially
responsive and has been determined to be the lowest evaluated bid,
provided further that the bidder is determined to be Qualified to perform
the contract satisfactorily.
28. Purchaser’s
Right to Vary
Quantities at
Time of Award
28.1 The purchaser reserves the right at the time of contract award to increase or
decrease, by the percentage indicated in the Bid Data Sheet, the quantity
of goods and services originally specified in the schedule of requirements
without any change in unit price or other terms and conditions.
29. Purchaser’s
Right to Accept
or Reject All
Bids
29.1 The purchaser reserves the right to accept or reject all bids, and to annual the
bidding process at any time prior to contract award, without thereby
incurring any liability to the bidder or bidders or any obligation to inform
the bidder or bidders of the grounds for the purchaser’s action.
30. Notification of
Award
Prior to the expiration of the period of bid validity, the purchaser will notify the
successful bidder in writing by registered letter or by email, to be confirmed in writing
by registered letter, that its bid has been accepted.
The notification of award will constitute the information of the contract.
Upon the successful bidder’s furnishing of the performance security pursuant ITB
clause 33, the purchaser will promptly notify each unsuccessful bidder and will
discharge its bid security, pursuant to ITB clause 15.
42
31. Signing of
Contract
At the same time as the purchaser notifies the successful bidder that its bid has been
accepted, the purchaser will send the bidder the contract form provided in the bidding
documents, incorporating all agreements between the parties.
Within Seven (07) days of receipt of the contract form, the successful bidder shall sign
and date the contract and return it to the purchaser.
32. Performance
Security
32.1 Within Fourteen (14) days of the receipt of notification of award from the
purchaser, the successful bidder shall
furnishtheperformancesecurityinaccordancewiththeconditionsofcontractin the
performance security form provided in the bidding documents, or in another form
acceptable to the purchaser.
32.2 Failure of the successful bidder to comply with the requirement of ITB
clause 32 or ITB clause 33.1 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the bid security, in which event
the purchaser may make the award to the next lowest evaluated bidder or
call for new bids.
33. Corrupt or
Fraudulent Practices
33.1 The procuring agency requires that bidders, supplies and contractors observe the
highest standard of ethics during the procurement and execution of contracts. For the
purposes of this provision, the terms set forth below are defined as follows:
(iv) “Corrupt Practice “means the offering, giving, receiving or soliciting
anything of value to influence the action of a public official in the
procurement process or in contract execution; and
(v) “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.
(vi) “Collusive Practice” is an arrangement among bidders (prior to or after
bid submission) designed to establish bid prices at artificial, non-
competitive levels for any wrongful gains, and to deprive the procuring
agency of the benefits of free and open competition;
(b) The procuring agency will 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
questions;
(c) The procuring agency will sanction a firm, in accordance with
prevailing blacklisting procedures under Punjab Procurement Rules 2014,
if it at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for or in executing, Bank-Financed
contract.
33.2 Furthermore, bidders shall be aware of the provision stated in sub- clause 5.4 and
sub-clause24.1 of the General conditions of contract.
34. Warranty
34.1 A log book for the equipment shall be maintained by the supplier service engineer
in consultation with the end user department. This will include the name of the
equipment, down time, preventive maintenance schedule, replacement of parts, down
time etc.
34.2 The warranty will start from the date of acceptance of equipment (properly
installed, as per contracted specifications and handing over of related documents
mentioned in GCC and will last for its warranty period at 95%uptime.
34.3 The maintenance will be the responsibility of the manufacturer / their agent. An
annual optimal uptime of 95% is considered as acceptable level of performance.
34.4 Software and hardware up gradation of the computing system should be carried
out as available during warranty period as recommended by the manufacturer.
34.5 Manufacturer / Supplier shall be responsible for rectifying with all possible speed
at their own expense any defect or fault in the system which may develop at any time
during installation, commissioning period.
43
34.6 Manufacturer will guarantee the availability of spare parts and accessories for the
system for Ten (10) years.
34.7 Uptime shall be define as the time available to the user for doing procedure/data
acquisition and processing during working hours throughout the year except holidays
(from 9:00am to5:00pm).
34.8 Manufacturer/supplier shall check system performance during and after every
34.08 4-month. An “Optimal Percentage” will be calculated by dividing “System in
Service” hours by hours available, both measured on the basis of working hours as
detailed above.
34.9 If the uptime percentage for the measurement period (04-months) shall fall short
of 95% the following formula will be applied to determine additional days in the
warranty/service contract period.
e) 100%-95% No Penalty
f) 95% -90% the warranty period will be extended by2.0 time the
number of days as extra down time.
g) 90% -80% The warranty period will be extended by 3.0time the
number of days as extra downtime
h) Below80% the warranty period will be extended by 4.0 times the
number of days as extra downtime.
34.10 Down time is defined as the failure in the equipment operation to acquire or
process the data or procedure, resulting in inability to carry out the required procedure
properly.
34.11 The firm will be bound to make arrangements for availability of qualified
technical staff in hospital/site for prompt execution/coordination of after sale services.
34.12 Down time will start when the end user / staff In-Charge notifies the designated
service facility verbally or in writing to qualified technical staff of the firm stationed in
the hospital.
34.13 Down time will end once the repairs have been affected and the system is again
available for clinical use.
34.14 The firm will provide the recommended preventive maintenance schedule of
each of the equipment at the time of delivery.
34.15 The firm will bound to execute the installation/maintenance according to the
installation/service protocol and will replace the components/kits recommended by the
manufacturers for installation and periodic preventive maintenance.
34.17 Remote service via modem shall be preferred if provided by the manufacturer to
pick-up early faults at no cost to the hospital.
44
PART-II
SECTION-I. BID DATA SHEET The following specific data for the goods to be procured shall complement, supplement, or amend the
provisions in
The Instruction to Bidders (ITB) Part-I. Whenever, there is a conflict the provisions herein shall prevail
over those in ITB.
ITB 1.1 Name of Procuring Agency: THQ HOSPITAL KALLAR SYEDAN, Primary &
Secondary Healthcare Department, Government Of Punjab.
ITB 1.2 Package 1: Procurement of Stationary Items
ITB 1.3
Name of Purchaser:
Procuring Agency THQ HOSPITAL KALLAR SYEDAN.
ITB 1.4
For clarification purposes, the Employer’s address is:
Kallar Syedan Road, THQ HOSPITAL KALLAR SYEDAN, Dist. Rawalpindi
Phone # 051-3201101
ITB 1.5 Language of the bid-English
BID PRICE AND CURRENCY
ITB 2.1
The price quoted shall be Delivered Duty Paid at the following locations in accordance
with the schedule of requirements including the delivery charges:
Kallar Syedan City, District Rawalpindi (Punjab).
ITB 2.2 The price shall be in Pak Rupees and shall be fixed.
PREPARATION AND SUBMISSION OF BIDS
ITB 3.1
c. Certificate of incorporation of bidder’s firm showing its location and the date
of registration etc.
d. NTN and GST Registration Certificate.
ITB 3.2
Audited Balance Sheet or Bank Statement for the last financial year (1stJuly 2019 till
30thJune 2020)
COMPLETE INCOME TAX RETURN OF YEAR 19-20
ITB 3.3
Qualification Requirements. In addition toITB13.1,ITB13.2 and ITB13.3 (b),
potential bidder must also fulfill the following:-
e) The bidder must be a Manufacturer or an Authorized Dealer for sales &
service continuously from last one-year.
f) List Of Employees
45
g) Past Supply Orders
h) Technical Brochures of equipment quoted, mentioning its
Specifications, manufacture’s model, product number and country of origin.
i) An average annual sale of Rs. 2Million.
j) One year business history with government/autonomous institutions.
k) Authority Letter from the bidder company authorizing the relevant person
to represent the company.
l) If an agent submits bids on behalf of more than one manufacturer, unless
each such bid is accompanied by a separate bid form for each bid, and a bid
security, when required for each bid and a valid authorized dealership
certificate from the respective manufacturer, all such bids will be rejected as
non-responsive
ITB 4.1 A certificate from the dealer that all spare parts of the equipment to be supplied are
easily available in Pakistan in the local market or from company owned outlets
ITB 5.1
Amount of Bid Security Package name Estimated cost & Bid security
Framework Contract of Stationary
Items
2% of Estimated Cost
(Rs. 0.4 million)
ITB 6.1 Bid Validity Period: 90 days after the date of opening of bid.
ITB 7.1 Number of Copies: Original along with one copy of the bid. Bids must be
accompanied by unit price and total price.
ITB 8.1 Address for Bid Submission: Tehsil Head Quarter Hospital, Kallar Syedan,
Rawalpindi.
ITB 9.1 Deadline for Bid Submission: 18-02-2021 at 10:00AM.
ITB 10.1 Time, Date and Place for Bid Opening: 18-02-2021 at 10:30AM in the office of The
Medical Superintendent, THQ HOSPITAL Kallar Syedan.
ITB 11.1 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total price offered
by the qualified responsive bidder.
ITB 12.1 Percentage for quantity increase or decrease: 15% of total contract value also
extendable for Three (03) months after the completion of Financial Year 2020-21.
46
SECTION-II. SCHEDULE OF REQUIREMENTS The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date of delivery
required.
DELIVERYSCHEDULE
Packages
Location
Item
Delivery Period from the
date of Notification of
Award/Supply Order
Package: 3 THQ
Hospital Kallar Syedan
Stationary Items
Supply order will be issued
on requirement and the supply period is 01 week
6. All store supplies should be made within the mentioned time.
7. However, 05 days grace period may be granted upon written request to the procuring agency.
8. If the firm fails to supply the store even after grace period LD will be charged after mentioned
delivery period as per supply order.
9. If the firm fails to supply the stores within 10 days the contract/supply order will be treated as
cancelled.
10. In case of emergency and ordinary daily used medicines, supply shall be made immediately;
otherwise order should be considered cancelled if not delivered within 24hours.
Mode of Penalty No Penalty Imposition Penalty Imposition
With penalty @ 0.5% per day after
delivery period mentioned in Purchase
Order.
Up to delivery period as
mentioned in purchase order
After delivery period on daily
basis
For daily use ordinary and Emergency
Medicines
Immediate Supply as per
Demand
After 24 Hours of purchase
order
47
SECTION-III. TECHNICAL SPECIFICATIONS
TECHNICAL EVALUATION OF THE TENDER
All the procurement procedures will be done strictly in accordance with the PPRA Rules 2014
(Amended to date). Single stage/Two envelope bidding procedure shall be applied. The envelope
shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and in
legible letters. Envelopes shall then be sealed in an outer envelope. The financial proposal of bids
found technically non-responsive shall be returned un-opened to the respective bidders. The inner
envelops shall also indicate the name and address of the bidder.
The envelope must also clearly show the bid title and bidder’s name and address. Failure to comply
with this requirement may result in rejection of the bid and the committee decision in this regard
shall be final. Bids submitted after the prescribed time shall not be entertained.
Only technical proposal will be opened by the tender opening committee. The financial proposal will
be opened by tender opening committee of responsive / technically successful bidders later on the
declared time, place and date. Financial proposal of the non-responsive/technically unsuccessful
bidders will be returned as such to them on that date without opening their financial offers as per
PPRA Rules 2014.
All the pages of technical & financial bids should be marked as page no.
Substandard, broken seal & substituted bids will not be acceptable.
Bids shall remain valid for a period of three months after opening of technical bid. A bid valid for
shorter period shall be rejected as non-responsive. Extendable equal to the period of the original bid
validity.
Facility of the supplies must be available round the clock; 24/7 without any delay. No external factor
such as strikes may affect the supply. In case of delayed supplies, 0.5% per day Late Delivery
charges will be imposed. In case of consistent late supplies, the procuring agency of this hospital may
reconsider the agreement of the LP which can include into cancellation of the contract.
Contract will be awarded to the tenderer offering highest discount to the hospital.
The validity of the contract will be till 30.06.2021, extendable for Three (03) months.
For the calculation of maximum retail price of those items where price is not printed on the product
the retail price will be finalized after survey
The supplier/ tenderer back ground should be financially sound, based on authentic bank statement.
The price of general store items shall in no way be more than the market prices (retail price) and
discount offered by the bidders to the hospital will based on its maximum retail price.
AMOUNT OF BID SECURITY
Submit a bid security mentioned in the tender notice against each package.
Samples:
Samples will be submitted for local or china made items and sample verification committee will
evaluate the samples.
Those firms, who failed to submit samples, will be considered technically non-responsive.
48
CLARIFICATION OF BIDS:
No bidder shall be allowed to alter or modify his bid after the bid has been opened. However, the
procuring agency may seek and accept clarifications to the bid that do not change the substance of the
bid.
LIMITATION ONNEGOTIATION’S:
There shall be no negotiations with the bidder.
REJECTION OF BIDS:
The authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
ACCEPTANCE OFBIDS:
The bidder with the highest discount/lowest price, if not conflict in any other law, rules, regulations
or policy of the Government of Punjab, shall be awarded the procurement award.
PERFORMANCE GUARANTEE:
The successful bidder shall furnish performance security of 5% of total estimated budget. The
performance security shall be deposited in the shape of cash deposit receipt, Bank Guarantee,
Demand Draft valid for at least Two years.
QUALIFICATION OF SUPPLIERS & CONTRACTORS: Procuring Agency at any stage of the
procurement proceedings, may require the suppliers or contractors to provide information concerning
their professional, technical financial, legal or managerial competence whether already prequalified or
not. (Valid for all Packages)
NO OFFER WILL BE CONSIDERED IF IT:
i. Is submitted without call deposit by registered firm in the name of Medical Superintendent
THQ Hospital, Kallar Syedan.
ii. Is received after the date and time fixed for its receipt.
iii. Is unsigned.
iv. Is ambiguous.
v. Is overwritten.
vi. Is conditional.
vii. Is given by the firm black listed, suspended or removed from the approval list of the Health
Department Government of Punjab, Autonomous Health Institutions or by the Federal
Government.
viii. Is received with a validity period shorter than that required in the tender inquiry.
ix. Does not conform to the general conditions of the tender inquiry.
x. Is received without earnest money as specified in the tender.
All the pages of tender must be signed & stamped properly at the bottom.
Successful bidder is bound to supply the full ordered quantities of all desired brands except those,
49
who are actually not available in the market.
INSPECTIONS & TEST/ANALYSIS:
The supplier will be responsible for free replacement of stocks if found not of the same
specifications as required on the demand from day to day basis. In case of non-supply the same will
be purchased from the local market and the amount will be deducted from the bills of contractor
pending in the purchase department.
In case of any dispute the decision of the Medical Superintendent/Grievance Committee of THQ
HOSPITAL KALLAR SYEDAN, will be final
Individual prices with the company / brand name must be mentioned in that list and submit that list
with financial proposal.
Multinational/Branded companies are preferred on local and china companies.
Stationary Items
PRICE SCHEDULE
Sr
no Item Name
Tentative
quantity
Comments Price offered
per unit 1.
Permanent Marker Blue 150Nos Piano / Dollar, Sample
required
2. USB 16GB 20Nos
HP / Kingston, Sample
required
3. Plain Register (100 pages) 150Nos
Sample required
4. Computer Paper A4 Size 70
gram 200 rims
Copy Mate Plus ,Sample
required
5. Computer Paper A4 Size 68
gram 100 rims
Copy Mate Plus, Sample
required
6. Computer Paper LegaL Size
(70 gram) 100 rims
Copy Mate Plus, Sample
required
7. Computer Paper LegaL Size
(68 gram) 50 rims
Copy Mate Plus,Sample
required
8. Common Pin 50 Box
Sample required
9. Calculator 10 Nos
Citizen / Casio ,Sample
required
10. Highlighter (different colors) 100 Nos
Sample required
11. Permanent Black Marker 100 Nos
Piano / Dollar, Sample
required
12. Carbon paper A-4 size 200 Nos
Good Quality,Sample
required
13. File Cover D-Ring 100 Nos
Best Quality,Sample
required
14. File Tage 10 set
Sample required
50
15. Led Pencil with rasers 100Nos
My Pencil or
Equivalent, Sample
required
16. Ball Points blue 1000 Nos
Piono, Dollar or
Equivalent, Sample
required
17. Ball Points black 100 Nos
Piono, Dollar or
Equivalent, Sample
required
18. Ball Points Red 100 Nos
Piono, Dollar or
Equivalent, Sample
required
19. Scotch tape holder 05
Sample required
20. Ball Point Signo (Blue) Gel 250 Nos
Uni-ball (Signo-
Japan),Sample required
21. Ball Point Signo (red) Gel 100 Nos
Uni-ball (Signo-
Japan),Sample required
22. Ball Point Signo (black) Gel 50 Nos
Uni-ball (Signo-
Japan),Sample required
23. Scotch tape 2 inch 20 Nos
Best Quality,Sample
required
24. Board Marker (Black) 30 Nos
Best Quality,Sample
required
25. Gum stick (Medium size) 50 Nos
UHU or
Equivalent,Sample
required
26. Box Files Imported
(Different color) 200 Nos
Best Quality,Sample
required
27. File Cover
500 Nos
Sample required
28. Blue ink for stamp pad 20 Nos
Best Quality, Sample
required
29. Page cutter (good quality) 10 Nos
Best Quality, Sample
required
30. Paper clips 50 box
Best Quality, Sample
required
31. Scotch tape small (roll off 12) 10
Best Quality, Sample
required
32. Pencil sharpner fine 20 Nos
Best Quality, Sample
required
33. stiky notes 3x3 (100/pack) 100 packs
Best Quality, Sample
required
34. stapler pin remover 20 Nos
Best Quality, Sample
required
35. Foot ruler steel 20 Nos
Best Quality, Sample
required
36. White correcting fuid pen 100 Nos
Best Quality, Sample
required
37. Enevelop size 8x10 (pack of
100) 20 Nos
Best Quality, Sample required
38. Enevelop size 11x15 (pack of 05Nos
Best Quality, Sample
51
100) required
39. Enevelop size Large size
(pack of 100) 05Nos
Best Quality, Sample
required
40. Enevelop A4 size (pack of
100) 10 Nos
Best Quality, Sample
required
41. stapler standard size 50 Nos
Dux/ Dollar or
Equivalent, Sample
required
42. Stapler large heavy duty 02Nos
Dux/ Dollar or
Equivalent, Sample
required,Sample /
Brochure required
43. stapler pin (standard size) 500 Pack
Dollar or Best Quality,
Sample required
44. stapler pin large heavy duty 20 pack
Dollar or Best Quality,
Sample required
45. stamp pad ink 20 unit
Dollar Best Quality,
Sample required
46. Binding tape (3mm) 50 Nos
Best Quality, Sample
required
47. punching machine 2 hole 05Nos
Best Quality, Sample
required
48. Dispatch register (100 pages) 10 Nos
Best Quality, Sample
required
49. standard Notice board 3x4 02Nos
Best Quality, Sample
required
50. Page holer 02 Nos
Best Quality, Sample
required
IMPORTANT NOTE: Items for which samples & brochure are needed must be submitted along with bid
submission.
No bid will be accepted without samples.
52
CRITERIA FOR TECHNICAL EVALUATION OF THE TENDER
Technical Evaluation
Sr. # DOCUMENTS NEEDED
1 Original receipt for purchase of tender
2
Copy of Bid Security amounting
2 % of total estimated cost in the shape of CDR issued from any scheduled bank of Pakistan in
the form of bank draft/CDR in the favor of Medical Superintendent
THQ Hospital Kallar Syedan, District Rawalpindi.
3 Affidavit worth Rs. 100/- for acceptance of all terms and conditions of tender documents and PPRA
rules 2014 (Amended 2016)
4 Certificate of free replacement on firm’s letter pad.
6 Valid National Tax Number & Sale Tax Number
7 An affidavit on stamp paper of Rs.100/- submitting following clauses: i) that the firm / bidder
is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.
8 Attested copy of CNIC of the Owner/ Directors/Partners
9 Good practice certificate issued by any Procuring Agency
FINANCIAL EVALUATION
Sr. # DOCUMENTS NEEDED
1 Financial Proposal (Price Schedule) on letter pad of the firm. Financial Bid must be accompanied by
unit price and total price.
2 Bid Security (ORIGINAL)
53
CONTRACT FORM
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of Purchaser] (hereinafter
called “the Purchaser”) of the one part and [name of Supplier] of (hereinafter called “the Supplier”) of the other
part:
WHEREAS the Purchaser invited bids for certain goods, viz., [brief description of goods and services] and has
accepted a bid by the Supplier for the supply of those goods in the sum of [contract price in words and figures]
(hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract referred to.
2. The offered discounts shall be from the maximum retail prices of items fixed by the Government of the
Pakistan or Manufacturers (where government has permitted to do so) or sole importers.
3. The supplier/tenderer shall ensure availability of wide range of items including those contained in hospital
trend list In case of default, the Hospital administration may take appropriate action including fine to be decided
by hospital administration.
4. The supplier will be responsible for free replacement of stocks if found not of the same specifications as
required on the demand from day to day basis. In case of non-supply the same will be purchased from the local
market and the amount will be deducted from the bills of contractor pending in the purchase department.
5. The successful bidder shall furnish performance security 5% of total estimated budget in addition to bid
security already deposited by the firm. The performance security shall be deposited in the shape of cash deposit
receipt.
6. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of THQ Hospital
Kallar Syedan, District RWP, will be final.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their
respective laws the day and year first above written.
Signed, sealed, delivered by the (for the Purchaser)
Signed, sealed, delivered by the (for the Supplier)
54
BID FORM
To: _ [Name and address of Procuring Agency]
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned,
offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum
of [Total Bid Amount__________________, [Bid Amount in words___________________ or such other sums
as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of
call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL
SUPERINTENDENT, THQ HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period
specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the
expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award shall constitute a binding Contract between us.
We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may
receive.
Name and address ____________________________
Amount ______________________
(If none, state “none”).”
Dated this ____________day of 20___________.
Signature (in the capacity of) duly authorized to sign bid for and on behalf of. Attachment.
55
AFFIDAVIT
ON STAMP PAPER OF RS 100/-
I/We, the undersigned solemnly state that:
We have read the contents of the Bidding Document and have fully understood it.
The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding
documents.
The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The
undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or Agent related
to this bid or award or contract.
The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.
The undersigned are bound to Replacement of unconsumed / expired / substandard spurious drugs / stocks free of
cost,
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________
Stamp_____________
56
PERFORMANCE GUARANTEE
After winning the bid
To: MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN.
Whereas [Name of Supplier_____________________________] (hereinafter called “the Supplier”) has
undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter
called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank
Guarantee by a scheduled bank for the sum of 5% of the total contract amount as a Security for compliance
with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a
total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any
sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of________,
Signature and Seal of the Guarantors/ Bank:
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________Stamp___________________
57
BID SUBMISSION FORM LETTER OF INTENTION
TO
THE MEDICAL SUPERINTENDENT
THQ HOSPITALI KALLAR SYEDAN.
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the following Rate/items .We undertake, if our bid is accepted, to deliver the goods in
accordance with the delivery schedule specified in the Schedule of Requirements, we shall furnish a Performance
Guaranty/Security in the shape of Call Deposit (CDR) in the name of Medical Superintendent THQ HOSPITAL
KALLAR SYEDAN equivalent to 5% of the total Contract amount. We agree to abide by this bid for a period of
FY 2020-21 from the date fixed for bid opening under instruction to the bidders, and it shall remain binding upon
us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and
executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us. We understand that the Procuring Agency is not bound to accept the highest or any
bid, Procuring Agency may receive.
Name of the bidder ___________________
Father, s Name_______________________
Address of bidder / Firm_______________
NIC #______________________________
Designation. _________________________
Signature ___________________________
Stamp_____________________________
SUPPLIER /VENDOR CERTIFICATE
I/we have read all the instructions in the bidding documents including special instructions and
further abide by rules as laid down in the bidding documents
Name of the tenderer: __ _ _
Sign of tenderer ________________________
Designation of tenderer: __ _______
Postal address_____________________________
Telephone Number_________________________
CNIC number______________________________
NTN number ___________________
Sign &Stamp ___________________
58
Format of Power-of-Attorney for
To be submitted with technical proposal
POWER OF ATTORNEY
(On Stamp Paper of relevant value)
Know all men by these presents, we (name of the company and address of the registered
office) do hereby appoint and authorize Mr. (full name and residential address) who is
presently employed with us and holding the position of as our attorney, to do in our name and on
our behalf, all such acts, deeds and things necessary in connection with or incidental
to our proposal for (name of the project) in response to the tenders invited by the (name of the
Procuring agency) including signing and submission of all documents and providing
information/responses to (name of the Procuring agency) in all matters in connection
with our Bid.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall and shall always be deemed to have been done by us.
Name of the Attorney ___________________
Title and address __________________
Address of bidder / Firm___________________
CNIC #____________________
Designation._________________________
Signature ___________________
Stamp_________________
59
To be attached on legal stamp paper with technical bid
AFFIDAVIT (Integrity Pact)
We ______ (Name of the bidder/contractor) being the first duly sworn on oath submit, that Mr.
/Ms. ____________________ (If participating through agent / representative) is the agent /
representative duly authorized by _(Name of the bidder company)_ hereinafter called the
Contractor to submit the attached bid to the _(Name of the Procuring agency)_. Affiant further
states that the said M/s (Bidding Firm/Company Name) has not paid, given or donate or agreed to
pay, given or donate to any line officer or employee of the _(Name of the Procuring agency)_ any
money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation
and selection of the bidder for contract or for refraining from properly and thoroughly
maintaining projects implementations, reporting violation of the contract specification or other
forms of noncompliance.
[The Seller/Supplier/Contractor] certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction with the
Procuring agency and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty / support. The Seller/Supplier/Contractor certifies that it
has made and will make full disclosure of all agreements and arrangements with all person in
respect of or related to the transaction with the Procuring agency and has not taken any action or
will not take any action to circumvent the above declaration, representation or warranty / support.
[The Seller/Supplier/Contractor] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresentation facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty/support. It agrees that any
contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid
shall, without prejudice to any other right and remedies available to the Procuring agency under
any law, contract or other instrument, be voidable at the option of Procuring agency.
Notwithstanding any rights and remedies exercised by the Procuring agency in this regard, [the
Seller/Supplier/Contractor] agrees to indemnify the Procuring agency for any loss or damage
incurred by it on account of its corrupt business practices and further pay compensation to the
Procuring agency in an amount equivalent to ten time the sum of any commission, gratification,
bribe, finder’s fee or kickback given by [the Seller/Supplier/Contractor] as aforesaid for the
purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or
other obligation or benefit in whatsoever form from the Procuring agency.
______________________
Signature & Stamp
Subscribed and sworn to me this day of 20_____
60
BIDDING DOCUMENT
TEHSIL HEAD QUARTER HOSPITAL KALLAR SYEDAN, DISTT.RAWALPINDI
PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT, PUNJAB
Framework Contract for Purchase of Medicines, Surgical
and Disposable Items from Zakat Fund in THQ Hospital
Kallar Syedan
For The FY. 2020-2021
61
TENDER NOTICE
The Medical Superintendent THQ HOSPITAL Kallar Syedan invites sealed bids from eligible/interested bidders, authorized distributers, Registered Pharmacies/Chemists/Druggists having a valid drug sale license for supply of drugs/medicines/surgical and Disposable items for
framework contract of LP medicines from Zakat fund for the FY. 2020-21.
S# NAME OF TENDER BID SECURITY
(2% of Estimated Cost )
LAST DATE & TIME OF SALE OF TENDER
Last Date & Time Of
Receiving Of Tender
DATE &TIME OF OPENING OF TENDER
01
Frame work Contract for Local Purchase Of
Medicine, Surgical & disposable items from
ZAKAT Fund
2% of Estimated Cost(Rs.0.4M million)
17-02-2021
at 01:00PM
18-02-2021
at 10:00AM
18-02-2021 at
10:30AM
Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two Envelope)
procedures specified in the Punjab Procurement Rules PPRA 2014 (amended up to 2020), and is open to all eligible bidders as defined in the bidding document.
Interested eligible bidders may obtain bidding documents and further information from the office of Procurement Officer, THQ Hospital Kallar Syedan, on submission of written application along with payment of non-refundable fee of PKR/- 1000/- (One thousand only). Bidding documents can be obtained from office of Procurement Officer, THQ Hospital Kallar Syedan at the mentioned time and date.
Biding documents are also available on Punjab Procurement Regulatory Authority website (www.ppra.punjab.gov.pk) until the closing date for the submission of bids.
Sealed Bids accompanied by a Bid Security in the form of CDR, Pay Order, Demand Draft, or Banker’s cheque from a Scheduled Bank of Pakistan must be delivered to the below mentioned office within the closing date.
Bids will be opened in the presence of bidders’ representatives who choose to attend at mentioned time on the same date in the Office of The Medical Superintendent THQ Hospital Kallar Syedan on the closing date.
The bidders are requested to give their best and final prices as no negotiations are expected. Taxes will be deducted as per applicable government rules. Drugs Sale License, NTN and Sales Tax registration certificate must be provided.
For obtaining any further information or clarifications, please contact at the following.
MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN
Government of Punjab Tel: 051-3201101
62
Check List The provision of this checklist is essential prerequisite along with submission of
tenders.
SR. DETAIL YES / NO
KNOCKOUT CLAUSES
01 Original receipt for purchase of tender.
02 Valid National ID Card (NADRA)
03
Bid security 2 % of the estimated contract in the shape of CDR issued from any scheduled bank of Pakistan in the form of bank
draft/CDR (copy must be in Technical Offer and Original must be in Financial Offer)
04 Valid Drug Sales License (Category-A)
GENERAL CLAUSES SR. DETAIL Marks 01 Attested copy of CNIC of the Owner/ Directors/Partners 10
02 Acceptance of terms and conditions of tender documents duly signed and stamped on letter head.
10
03 An affidavit on stamp paper of Rs.100/- submitting following clauses:
i) that the firm / bidder is never blacklisted on any Ground whatsoever from Government / Autonomous institutions.
10
04 Minimum one year experience regarding supply of Medicine, Surgical
& Disposable Items to Government / Autonomous institutions. 10
05 Discount/Price should not be mentioned on technical bid. 10
06 Bank statement / Balance sheet of last one year 10
07 Valid National Tax Number & Sales Tax Number 10
08 Good practice certificate 10
09 Attested copy of CNIC of the Owner/ Directors/Partners 10
10 Company / Suppliers/Pharmacy profile including detail of managerial
staff (Name, address, Tel. No.) 10
Total 100
Note: Passing marks for tender are 70
63
Invitation for Bids
The Medical Superintendent THQ HOSPITAL Kallar Syedan invites sealed bids from
eligible/interested bidders, authorized distributers, Registered Pharmacies/Chemists/Druggists having a valid drug sale license for supply of drugs/medicines/surgical and Disposable items for
framework contract of LP medicines from Zakat fund for the FY. 2020-21.
Sr. no. Detail Tender fee Bid security Bid opening date
1.
Frame work Contract for Local Purchase Of Medicine, Surgical & disposable items from ZAKAT
Fund
Rs. 1000/-
2% of Estimated Cost(Rs.0.4M
million)
18-02-2021 at
10:30AM
ESTIMATED COST 0.4 Lac 1) Separate Bids will be given for following Medicines on basis of maximum Discount
from retail price.
I. Multinational companies
II. National Companies Medicines
III. Disposable Surgical Items
2) Bidding shall be conducted through Open Competitive Bidding (Single Stage-Two
envelope) procedures specified in the Punjab Procurement Rules PPRA 2014 (amended
Jan 2016), and is open to all eligible bidders as defined in the bidding document.
3) Interested eligible bidders may obtain bidding documents and further information
from the office of undersigned on submission of written application along with
payment of non- refundable fee of RS. 1000/- (One thousand rupees only).
4) Biding documents are also available on Punjab Procurement Regulatory
Authority website (www.ppra.punjab.gov.pk) until the closing date for the
submission of bids.
5) Bidding Documents must be accompanied by a Bid Security valid for 120 days
as mentioned above in the form of CDR, Pay Order, Demand Draft, from a Scheduled Bank of Pakistan.
6) Bids will be submitted before 10.00 am till 18-02-2021 and will be opened in the presence of bidders’ representatives who choose to attend on same day 18-02-2021 at 10:30 a.m.in the Office of The Medical Superintendent THQ HOSPITAL KALLAR SYEDAN on the closing date.
64
7) The bidders are requested to give their best and final prices as no negotiations are expected.
8) Taxes will be deducted as per applicable government rules.
9) Drugs Sale License, NTN / Sales Tax registration certificate must be provided.
For obtaining any further information or clarifications, please contact at the following.
Contact
MEDICAL SUPERINTENDENT
THQ HOSPITAL KALLAR SYEDAN
Government of Punjab
Tel: 051-3201101
SPECIAL STIPULATIONS (BID DATASHEET)
For ease of Reference, certain special stipulations are as under:
Reference Description Details
Clause 2.1.2
Last date and time for
18-02-2021 till 10:00am the Submission of
bidding doc.
Clause 2.1.3
Date, time and venue of opening of bid
18-02-2021 till 10:30am at THQ Hospital Kallar syedan
Clause 5.4 Language of bid English
65
Clause 3.11
Bid Security (Earnest Money)
The Contractor shall furnish the
Bid Security (earnest Money) as
under:
• in the form of Demand Draft/ Pay Order/
CDR/Bank guarantee/pay order, in the
Name of the Medical Superintendent, THQ Hospital Kallar Syedan; i.e. 2% /- of estimated cost. denominated in Pak
Rupees;
• Have a minimum validity period of
120 days from the last date for
submission of the Tender or until
furnishing of the
Performance Guarantee, whichever is
Later.
Clause 3.10
Bid Price
Should be best and final prices including
all applicable taxes as no negotiations
on the prices are allowed
Clause 3.12 Bid validity period 120 Days
Clause 1.3 Bidding procedure Single stage - Two Envelop Procedure
Clause 3.19 Performance
Guarantee 5% of bid/contract value
Clause 5.7
Time
Period/Deliverabl
e
• The contactor shall complete the order
Within Seven (07) days after issuance of
Acceptance Letter/Singing of contract.
Clause 2.1.9
Contact Person
for
Communication:
Medical
Superintendent,
Procurement Officer,
THQ Hospital Kallar Syedan
66
THQ HOSPITAL KALLAR SYEDAN
For the Financial year
2020-21
Terms& Conditions
1. Sealed offers are invited from interested firms/agencies of repute with
financially sound background involved in running institutional Pharmacy
business/Chain of Pharmacies in Punjab having a valid Retail drug sale license
for supply of drugs/medicines/surgical Disposables etc. for Tender should be
sent in the name of the Medical Superintendent, THQ HOSPITAL Kallar Syedan
along with the following documents.
2. All the Procurement procedures will be done strictly according to the PPRA Rules, 2014.
Single stage/Two envelope bidding procedure shall be applied. The Envelops
shall be marked as “TECHNICAL” and other as “FINANCIAL PROPOSAL”.
67
3. Facility of the supplies must be available round the clock.
4. Contract will be awarded to the tenderer offering highest discount to the Hospital.
5. The offered discounts shall be from the maximum retail prices of medicines fixed
by the Government of the Pakistan or Manufacturers (where government has
permitted to do so) or sole importers. Offers can be given on the basis of,
i. Products of National Pharmaceuticals
ii. Products of Multinational Pharmaceuticals
iii. Surgical Disposables/implants etc.
6. For the calculation of maximum retail price of those items where price is not
printed on the product the retail price will be finalized after survey.
7. In case the contracting firm offer less discount in comparison to discount offered to
other institutions / hospitals situated in Punjab the difference will be automatic deducted
and adjusted in the bill, however if any excess amount is paid, the same will also be
deducted from the pending bill or security of the side firm.
8. The tenderer must have the drug sale license and should have the
comprehensive storage facilities for drugs/medicines.
9. The Pharmacies/Chemists/Druggists must be situated within the 2-km radius of the
hospital.
10. The contractor will provide an authentic price list of medicines if and when required for
verification of bill. Moreover, the contractor will bound to provide the invoice of this source
of purchase if and when required along with the warranty that these do not contravene
any provision of section 23 of Drugs Act,1976 and rules framed there under.
11. The supplier/tenderer background have financially sound, based on authentic bank statement.
12. The contractor shall be solely responsible for provision and stocking of quality
medicines at all times strictly in accordance with the provision of the drug act 1976 and
drug sales rules 2007/DRAP Act 2012 and will be responsible for the quality/quantity of
drugs supplied by him/her.
13. The contractor will be bound to supply the required brand of all drugs / medicines
recommended by this hospital. In case contractor provides brand of his own choice of
68
higher rates than that of demanded brand, the extra amount will be adjusted to the value
of recommended brands accordingly.
14. All the bidders are required to provide complete documents in compact file for their
assessment of qualification as prescribed under the rules. Only the firms which will be declared
qualified by this hospital committee will be entertained in the further contract proceeding.
15. The price of medicines/surgical disposable item shall in no way be more than the
market prices (retail price) and the discount offered by the bidders to the hospital will be
based on this maximum retail price.
16. The contractor will submit the bills on monthly basis for payment.
17. Deduction of income tax will be made as per prescribed rules.
18. In case contractor fails to supply the ordered items on the same day, purchase
will be made firms risk and cost from the open market.
19.
20. Clarification of bids:
No bidder shall be allowed to alter or modify his bid after the bids have been opened. However,
the procuring agency may seek and accept clarifications to the bid that do not change the
substance the bid.
21. Limitation on negotiation’s:
There shall be no negotiations with the bidder.
22. Rejection of bids:
The authority may reject all bids or proposals at any time prior to the award of contract without
assigning any reason.
Any consignment of medicine/disposables items not acceptable as regards quality to the end user
MS/doctor/pharmacist shall be refused partially /full quantity and contractor shall replace the same
immediately.
23. Acceptance of bids:
The bidder with the highest discount, if not conflict in any other law, rules, regulations or policy
of the Government of Punjab, shall be awarded the procurement award.
24. Performance Guarantee:
The successful bidder shall furnish performance security 05 % of total estimated budget.
The performance security shall be deposited in the shape of CDR/Pay order/Bank
guarantee.
69
25. Qualification of suppliers and contractors:
A procuring agency, at any stage of the procurement proceedings, may require the suppliers or
contractors to provide information concerning their professional, technical, financial, legal or
managerial competence whether already prequalified or not.
26. NO OFFER WILL BE CONSIDERED IF IT;
i. Is received after the date and time fixed for its receipt.
ii. Is unsigned.
iii. Is not typed on the letter head.
iv. Is over written
v. Is conditional
vi. Is given by the firm black listed, suspended or removed from the approval list of
the Health Department Government of Punjab, Autonomous Health institutions or
by the
vii. Is received with a validity period shorter than that required in the tender inquiry.
viii. Does not conform to the general conditions of the tender inquiry.
ix. Is received without earnest money as specified in the tender.
27. Procuring agency may terminate the contract at any stage without giving any
reason and it is not challengeable in any court of law at any stage.
28. Successful bidder is bound to supply the full ordered quantities of all the
desired brands except those, which are actually not available in the market.
29. Inspections and test/Analysis: The supplier will be responsible for free
replacement of stocks if the same is not to be found of the same specifications as required
on the demand from day to day basis, in case of non-supply the same will be purchased
from the local market and the amount will be deducted from the bills of contractor pending
in the purchase department. Unregistered/substandard/spurious/misbranded expired drug
will be forfeited by the hospital authorities and legal action will be taken against the
Contractor. The contractor shall be refused for providing standard quality medicines/
disposable/items. At any stage procuring agency can purchase items from other contractor
during this time period without informing the contractor.
30. Bills will be submitted on monthly basis.
31. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of THQ HOSPITAL Kallar Syedan will be final. This contract is not
challengeable in any court of law.
70
Financial Proposal/ Price Schedule
Sr. No
Item/Description Discount % (In figures)
1.
Products of National
Pharmaceuticals
2.
Products of Multinational
Pharmaceuticals
3. Surgical/ Disposable
Items
Signature of Tenderer with Stamp and Date
71
CONTRACT FORM
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of Purchaser] (hereinafter called “the Purchaser”) of the one part and [name of Supplier] of (hereinafter called “the Supplier”) of the other part: WHEREAS the Purchaser invited bids for certain goods, viz., [brief description of goods and services] and has accepted a bid by the Supplier for the supply of those goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The offered discounts shall be from the maximum retail prices of Items fixed by the Government of the Pakistan or Manufacturers (where government has permitted to do so) or sole importers. 3. The supplier/tenderer shall ensure availability of wide range of items/medicines including those contained in hospital trend list& PMF 2018-19. No alternate shall be acceptable. In case of default, the Hospital administration may take appropriate action including fine to be decided by hospital administration. 4. The supplier will be responsible for free replacement of stocks if found not of the same specifications as required on the demand from day to day basis. In case of non-supply the same will be purchased from the local market and the amount will be deducted from the bills of contractor pending in the purchase department. 5. The successful bidder shall furnish performance security 5% of total estimated budget in addition to bid security already deposited by the firm. The performance security shall be deposited in the shape of cash deposit receipt. 6. In case of any dispute the decision of the Medical superintendent/ Grievance Committee of THQ Hospital Kallar syedan, District RWP, will be final.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by the (for the Purchaser)
Signed, sealed, delivered by the (for the Supplier)
72
BID FORM
To: _ [Name and address of Procuring Agency] Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount__________________, [Bid Amount in words___________________ or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee / security in the shape of call deposit (CDR) equivalent to 5 % of the total contract amount. The CDR shall be in the Name of MEDICAL SUPERINTENDENT, THQ HOSPITAL KALLAR SYEDAN. We agree to abide by for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. We understand that the Procuring Agency is not bound to accept the lowest or any bid, Procuring Agency may receive. Name and address ____________________________ Amount ______________________ (If none, state “none”).” Dated this ____________day of 20___________. Signature (in the capacity of) duly authorized to sign bid for and on behalf of. Attachment.
73
ON STAMP PAPER OF RS 100/-
AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder ___________________ Father, s Name__________________
Address of bidder / Firm___________________ NIC #____________________
Designation._________________________ Signature ___________________
Stamp_________________
ON STAMP PAPER OF RS 100/
AFFIDAVIT I/We, the undersigned solemnly state that: We have read the contents of the Bidding Document and have fully understood it. The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents. Prices quoted by me, was competitive to market price, in case of high prices charge by me, we will be responsible for paying it back. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Name of the bidder ___________________ Father, s Name__________________
Address of bidder / Firm___________________ NIC #____________________
Designation._________________________ Signature ___________________
Stamp_________________
74
PERFORMANCE GUARANTEE
After winning the bid
To: MEDICAL SUPERINTENDENT THQ HOSPITAL KALLAR SYEDAN.
Whereas [Name of Supplier_____________________________] (hereinafter called “the Supplier”)has undertaken, in pursuance of Contract No. [Number] dated [date] to supply [description of goods] (hereinafter
called “the Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish with a Bank
Guarantee by a scheduled bank for the sum of 5% of the total contract amount as a Security for compliance
with the Supplier’s performance obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee:
Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a
total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first
written demand declaring the Supplier to be in default under the Contract and without cavil or argument,
any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or
to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of________,
Signature and Seal of the Guarantors/ Bank:
Name of the bidder ___________________
Father, s Name__________________
Address of bidder / Firm___________________
CNIC #____________________
NTN____________________
Designation._________________________
Signature ___________________Stamp__________________