24
THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION (HEAD OFFICE) 3/A, Gulberg-V, Lahore. INTIVATION FOR BIDS TAGGING OF BIO-MEDICAL EQUIPMENT IN SOCIAL SECURITY HOSPITALS 1. Punjab Employees Social Security Institution intents to hire a third party for Tagging and pasting of QR Code Stickers on Bio Medical Equipment available in Social Security Hospitals. 2. Bio-Medical Equipment needs to be tagged with QR Code Stickers an accurate database of the respective data needs to be created according to the TORs. 3. The Department invites the Proposal from suitable foreign / international and / or national credible firms / organizations / having experience of data collection, printing of QR Tags, compilation, computerization, processing, QR tagging, etc. 4. The selected firm / organization will send their Technical Persons (Bio Medical Engineers) to each health facility for tagging as mentioned in TORs. 5. Single stage two envelopes bidding procedure shall be applied. The envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL as Tagging of the Bio-Medical Equipment in Social Security Hospitals” in bold and legible letters. 6. Interested bidders may get the T.O.Rs alongwith detail of equipments / machines installed at PESSI Hospitals from the office of the undersigned from the date of publication of tender on submission of written request on original letter head alongwith payment of non-refundable tender fee of Rs. 1,000 (One Thousand Only). The T.O.Rs alongwith detail of equipments / machines installed at PESSI Hospitals can also be downloaded from PPRA Website www.ppra.punjab.gop.pk & PESSI Website www.pessi.gop.pk. 7. The bids shall accompany 2% Bid Security of the estimated price in the form of CDR/Bank Draft. All interested parties are required to submit their proposal in sealed envelope till 27.04.2018 at 10:30 A.M at Purchase Cell, Punjab Employees Social Security Institution (PESSI) Head Office, 3- A, Gulberg-V Jail Road, Lahore which will be opened on the same day at 11:30 A.M in the presence of the representative of the firms who choose to attend. 8. The selection of firm / organization will be carried out in accordance with the Punjab procurement Rules 2014. For COMMISSIONER PESSI DR. MUHAMMAD ILYAS DIRECTOR (PURCHASE) The Punjab Employees Social Security Institution Head Office 3-A Gulberg-V Lahore 042-99263122

THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION (HEAD OFFICE)

3/A, Gulberg-V, Lahore.

INTIVATION FOR BIDS TAGGING OF BIO-MEDICAL EQUIPMENT IN SOCIAL SECURITY HOSPITALS

1. Punjab Employees Social Security Institution intents to hire a third party for Tagging and pasting

of QR Code Stickers on Bio Medical Equipment available in Social Security Hospitals.

2. Bio-Medical Equipment needs to be tagged with QR Code Stickers an accurate database of the

respective data needs to be created according to the TORs.

3. The Department invites the Proposal from suitable foreign / international and / or national

credible firms / organizations / having experience of data collection, printing of QR Tags,

compilation, computerization, processing, QR tagging, etc.

4. The selected firm / organization will send their Technical Persons (Bio Medical Engineers) to each

health facility for tagging as mentioned in TORs.

5. Single stage two envelopes bidding procedure shall be applied. The envelopes should be marked

as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL as Tagging of the Bio-Medical

Equipment in Social Security Hospitals” in bold and legible letters.

6. Interested bidders may get the T.O.Rs alongwith detail of equipments / machines installed at

PESSI Hospitals from the office of the undersigned from the date of publication of tender on

submission of written request on original letter head alongwith payment of non-refundable tender

fee of Rs. 1,000 (One Thousand Only). The T.O.Rs alongwith detail of equipments / machines

installed at PESSI Hospitals can also be downloaded from PPRA Website www.ppra.punjab.gop.pk &

PESSI Website www.pessi.gop.pk.

7. The bids shall accompany 2% Bid Security of the estimated price in the form of CDR/Bank Draft.

All interested parties are required to submit their proposal in sealed envelope till 27.04.2018 at

10:30 A.M at Purchase Cell, Punjab Employees Social Security Institution (PESSI) Head Office, 3-

A, Gulberg-V Jail Road, Lahore which will be opened on the same day at 11:30 A.M in the presence

of the representative of the firms who choose to attend.

8. The selection of firm / organization will be carried out in accordance with the Punjab

procurement Rules 2014.

For COMMISSIONER PESSI

DR. MUHAMMAD ILYAS DIRECTOR (PURCHASE)

The Punjab Employees Social Security Institution Head Office

3-A Gulberg-V Lahore 042-99263122

Page 2: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

INVITATION FOR BIDS

Tagging of Bio-Medical Equipment

in Social Security Hospitals

Punjab Employees Social Security Institution (PESSI)

RFP Issued on: _________

Office Address: 3-A, Gulberg-V Jail Road, Lahore

Tel:-042-99263122

Page 3: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

THE PUNJAB EMPLOYEES' SOCIAL SECURITY INSTITUTION (HEAD OFFICE) 3/A, Gulberg-V, Lahore. Tender NO.SSP(688)/18/ TENDER FEE: Rs. 1000/- (Non-refundable) LAST DATE OF RECEIPT: 27.04.2018 ( 10:30 A.M.) DATE OF OPENING: 27.04.2018 ( 11:30 A.M) SUBJECT:- INVITATION OF BIDS FOR QR TAGGING OF BIO MEDICAL EQUIPMENTS IN SOCIAL

SECURITY HOSPITALS.

Technical specifications for QR Tagging of Bio Medical Equipments installed at Social

Security Hospitals are enclosed herewith.

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

& schedule of requirements are detailed in the bidding document available at PPRA Web Site

www.ppra.punjab.gop.pk and PESSI website www.pessi.gop.pk.

NO.SSP (688)/ 18/ Dated Lahore, the 2018 M/s. ____________________

________________________

________________________

DIRECTOR (PURCHASE)

Page 4: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

GENERAL INSTRUCTIONS A. General

1. Scope of Bids 1.1 In connection with the proposal, the Procuring Agency, issues this Document to applicants interested in

bidding for Tagging of Bio-Medical Equipment in following Social Security Hospitals:-

Sr. # Name of Hospitals

1 Nawaz Sharif Social Security Hospital Multan Road Lahore.

2 Rehamt-ullil-Alimeen Institute of Cardiology Multan Road, Lahore.

3 Social Security Hospital Shahdara

4 Social Security Hospital Kot Lakhpat Lahore

5 Social Security Hospital Faisalabad

6 Maternal Newborn and Child Health Centre Faisalabad

7 Social Security Hospital Gujranwala

8 Social Security Hospital Gujrat

9 Social Security Hospital Islamabad

10 Khawaja Fareed Social Security Hospital Multan

11 Social Security Hospital Jauharabad

12 Social Security Hospital Sialkot

13 Social Security Hospital Okara

14 Social Security Hospital Sahiwal

15 Social Security Hospital Sheikhupura

16 Social Security Hospital Jaranwala

17 Social Security Hospital Jang

2. Corrupt Practice 2.1 (a) in pursuance of this policy, the following terms are defined:

(i) “Corrupt Practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of

value to influence improperly the actions of another party;

(ii) “Fraudulent Practice” is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an

obligation;

(iii) “Collusive Practice” is an arrangement between two or more parties designed to achieve an improper

purpose, including influencing improperly the actions of another party;

(iv) “Coercive Practice” is impairing or harming, or threatening to impair or harm, directly or indirectly,

any party or the property of the party to influence improperly the actions of a party;

(v) “Obstructive Practice” is deliberately destroying, falsifying, altering or concealing of evidence

material to the investigation or making false statements to investigators in order to materially impede a

Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or

threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters

relevant to the investigation or from pursuing the investigation; or

(b) the Procuring Agency will reject a proposal for award if it determines that the bidder recommended for

award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive

practices in competing for the contract in question;

(c) the Procuring Agency will sanction a firm or individual, including declaring ineligible, either indefinitely

or for a stated period of time, to be awarded a contract if it, at any time, determines that the firm has, directly

or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing

for, or in

(d) Procuring Agency will have the right to require that a provision be included in bidding documents requiring

bidders, suppliers and manufacturers and their agents to permit the Procuring Agency to inspect their accounts

Page 5: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

and records and other documents relating to the bid submission and contract performance and to have them

audited by auditors appointed by the Purchaser;

3. Eligible Applicants

3.1 An Applicant can be a private, or public entity, or autonomous, or semi-autonomous, or foreigncompanies,

however joint venture is not allowed for this assignment.

3.2 Firms of a country may be excluded from bidding if as a matter of law or official regulation, the Government

of Pakistan prohibits commercial relations with that country or for other reasons.

3.3 A firm declared disqualified / blacklisted by any of the private/public sector organization in Pakistan shall be

ineligible to bid for a contract during the period of embargo.

3.4 Applicants and all parties constituting the Applicant shall not have a conflict of interest. Applicants shall

be considered to have a conflict of interest, if they participated as a consultant in the preparation of the technical

specifications of the goods that are the subject of this prequalification. Where a firm, or a firm from the same

economic or financial group, in addition to consulting, also has the capability to manufacture or supply goods or

to construct works, that firm, or a firm from the same economic or financial group, cannot normally be a supplier

of goods or works, if it provided consulting services for the contract corresponding to this prequalification, unless

it can be demonstrated that there is not a significant degree of common ownership, influence or control.

B. Submission 4. Sealing and Identification

4.1 The Applicant shall enclose the original bid in a sealed envelope that shall: a) Bear the name and address of the Applicant;

b) Be addressed to the Procuring Agency

c) Bear the specific identification of process indicated in the documents

5. Deadline for Submission of Bids 5.1 Applicants will submit their bids by hand. Bids shall be received by the Punjab Employees Social Security

Institution (hereinafter to be referred as “PESSI Head Office”) at the address and no later than the deadline indicated

in the proposal. 5.2 The Procuring Agency may, at its discretion, extend the deadline for the submission of bids by amending the

Prequalification Document in which case all rights and obligations of the Procuring Agency and the Applicants

subject to the previous deadline shall thereafter be subject to the deadline as extended.

6. Late Bids 6.1 Any bid received by the Procuring Agency after the deadline for submission of bids will not be entertained.

7. Opening of Bids 7.1 The Procuring Agency shall open all Bids at the date, time and place as specified. Late Bids shall not be

accepted.

7.2 Procuring Agency shall prepare a record of the opening of bids that shall include the name and other details

of the Applicant.

C. Procedures for Evaluation of Bids 8. Confidentiality

8.1 Information relating to the evaluation of bids, and recommendation, shall not be disclosed to Applicants or

any other persons not officially concerned with such process until the notification is made to all Applicants.

8.2 From the deadline for submission of bids to the time of notification of the results of the

prequalification,anyApplicant that wishes to contact the Procuring Agency on any matter related to the process,

may do so but only in writing.

9. Clarification of Bids 9.1 To assist in the evaluation of bids, the Procuring Agency may, at its discretion, ask any Applicant for a

clarification of its bid which shall be submitted within a stated reasonable period. Any request for clarification

and all clarifications shall be in writing.

9.2 If a Bidder does not provide clarifications of the information requested by the deadline, the bid shall be

Page 6: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

evaluated based on the information and documents available at the time of evaluation of the bid.

10. Responsiveness of Bids 10.1 All bids not responsive to the requirements of the procuring agency shall be rejected.

D. Evaluation

11. Evaluation of Bids 11.1 The Procuring Agency shall use the requirements defined in the documents.

11.2 Physical Verification of data contained in the bid will be conducted by an Inspection Team, if required. The

firm will not be considered, if found variation between submitted data and on grounds reality.

12. Procuring Agency’s Right to Accept or Reject Bids 12.1 The Procuring Agency reserves the right to accept or reject all the bids, and to annul the process, without

thereby incurring any liability to Applicants as per PPRA 2014.

12.2 After evaluation, the Department may review the bid of any firm on some serious complaints and terminate

the status, if proved.

13. Notification of Evaluation 13.1 Once the Procuring Agency has completed the evaluation of the bids, it shall notify all Applicants in writing

indicating their status as to qualified or ineligible.

14. Arbitration 14.1 Arbitrator will be decided jointly by both the parties. The decision of the Arbitrator will be final on all

matters.

Page 7: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

CONTRACT AGREEMENT Tagging of Bio Medical Equipment in Social Security Hospitals

(Estimated Contract Value Rs. 8.0 Million – Eight Million PKR)

Name of 3rd Party and its Address

Punjab Employees Social Security Institution

Page 8: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

COMPONENTS OF THE CONTRACT

AGREEMENTS

a. The Contract

b. The Letter of Intent

c. Letter of Acceptance

d. Govt. Stamp Duty Papers (Original)

e. The General Conditions of the Contract

f. The Special Condition of the Contract

g. The Scope of Work

h. Technical Proposal of the Party

i. Execution and Implementation Plan

j. Performa of Data Collection

Page 9: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

CONTRACT

This CONTRACT for TAGGING OF BIO-MEDICAL EQUIPMENT (hereinafter called the “Contract”) is made the

XX day of the month of XXX, 2018 between, on the one hand, Director Purchase, Punjab Employees Social Security

Institution, (hereinafter called the “Procuring Agency”) and, on the other hand, Firm and its Address (hereinafter called

the “Third Party”).

WHEREAS:

(a) The Procuring Agency has requested the Third Party to provide certain services as defined in this Contract

(hereinafter called the “Services”); and

(b) The Third Party, having represented to the Procuring Agency that it has the required professional skills,

expertise and technical resources, has agreed to provide the Services on the terms and conditions set forth

in this Contract.

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of this Contract:

(a) Technical Proposal

(b) Letter of Intent

(c) The General Conditions of Contract;

(d) The Special Conditions of Contract;

(e) Execution Plan

(f) Appendices:

In the event of any inconsistency between the documents, the following order of precedence shall prevail: the Special

Conditions of Contract; the General Conditions of Contract, Appendices.

2. The mutual rights and obligations of the Procuring Agency and the Third Party shall be as set forth in the Contract, in

particular:

(a) The Third Party shall carry out the Services in accordance with the provisions of the Contract; and

(b) The Procuring Agency shall make payments to the Third Party in accordance with the provisions of the

Contract.

IN WITNESS WHEREOF, the duly authorized Representatives of Parties hereto have caused this Contract to be signed

in their respective names as of the day and year first above written.

Director Purchase (Third Party)

Punjab Employees Social Security

Institution,

(Procuring Agency)

Witness Witness

Name: Name:

Address: Address:

CNIC # CNIC #

Page 10: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

GENERAL CONDITIONS OF CONTRACT A. GENERAL PROVISIONS

1. Definitions 1.1. Unless the context otherwise requires, the following terms whenever used in this Contract have the following

meanings:

(a) “Applicable Law” means the laws and any other instruments having the force of law in the Procuring

Agency’s country, as they may be issued and in force from time to time.

(b) “Procuring Agency” means [the implementing/ executing] agency that signs the Contract for the

Services with the Selected Third Party.

(c) “Third Party” means a legally-established professional consulting firm or entity selected by the

Procuring Agency to provide the Services under the signed Contract.

(d) “Contract” means the legally binding written agreement signed between the Procuring Agency and

the Third Party and which includes all the attached documents of the Form of Contract (the General

Conditions (GCC), the Special Conditions (SCC), and the Appendices).

(e) “Day” means a working day unless indicated otherwise.

(f) “Effective Date” means the date on which this Contract comes into force and effect.

(g) “Experts” means, collectively, Key Experts, Non-Key Experts, or any other personnel of the Third

Party, Sub-Third Party or JV member(s) assigned by the Third Party to perform the Services or any part

thereof under the Contract.

(h) “GCC” means these General Conditions of Contract.

(i) “Government” means the government of the Procuring Agency’s country.

(j) “Joint Venture (JV)” means an association with or without a legal personality distinct from that of its

members, of more than one entity where one member has the authority to conduct all businesses for and

on behalf of any and all the members of the JV, and where the members of the JV are jointly and severally

liable to the Procuring Agency for the performance of the Contract.

(k) “Key Expert(s)” means an individual professional (s) whose skills, qualifications, knowledge and

experience are critical to the performance of the Services under the Contract and whose Curricula Vitae

(CV) was taken into account in the technical evaluation of the Third Party’s proposal.

(l) “Local Currency” means the currency of the Procuring Agency’s country.

(m) “Non-Key Expert(s)” means an individual professional (s) provided by the Third Party.

(n) “Party” means the Procuring Agency or the Third Party, as the case may be, and “Parties” means both

of them.

(o) “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented

but not over-written.

(p) “Services” means the work to be performed by the Third Party pursuant to this Contract, as described

in Appendix hereto.

(q) “Other Party” means any person or entity other than the Government, the Procuring Agency, and the

Third Party.

2. Law Governing Contract 2.1. This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the

Applicable Law.

3. Language 3.1. This Contract has been executed in English language, which shall be the binding and controlling language

for all matters relating to the meaning or interpretation of this Contract.

4. Communications 4.1. Any communication required or permitted to be given or made pursuant to this Contract shall be in writing

in the language specified. Any such notice, request or consent shall be deemed to have been given or made when

delivered in person to an authorized representative of the Third Party to whom the communication is addressed,

or when sent to such Third Party at the address.

4.2. The Third Party may change its address for notice here under by giving the other Party any communication

of such change to the address specified.

Page 11: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

5. Location 5.1. The Services shall be performed at such locations as are specified in TORs, RFPs, and subsequent

clarifications.

6. Authority of Member in Charge

6.1. The Third Party would authorize the member to act on their behalf in exercising all the Third Party’s rights

and obligations towards the Procuring Agency under this Contract.

7. Authorized Representatives 7.1. Any action required or permitted to be taken, and any document required or permitted to be executed under

this Contract by the Procuring Agency or the Third Party may be taken or executed by the officials specified.

B. COMMENCEMENT, COMPLETION, MODIFICATION AND

TERMINATION OF CONTRACT

8. Commencement of Services 8.1. The Third Party shall confirm availability of Key Experts and begin carrying out the Services immediately

after signing of the contract.

9. Expiration of Contract 9.1. Unless terminated earlier, this Contract shall expire at the end of time period mentioned.

10. Entire Agreement 10.1. This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent or

representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any

statement, representation, promise or agreement not set forth herein.

11. Force Majeure

a. Definition

11.1. For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control

of a Party, is not foreseeable, is unavoidable, and makes a Party’s performance of its obligations hereunder

impossible or so impractical as reasonably to be considered impossible under the circumstances, and subject to

those requirements, includes, but is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,

flood or other adverse weather conditions, strikes, lockouts or other industrial action, confiscation or any other

action by Government agencies.

11.2. Force Majeure shall not include

(i) any event which is caused by the negligence or intentional action of a Party or such Party’s Experts,

Sub Third Party or agents or employees, nor

(ii) any event which a diligent Party could reasonably have been expected to both take into account at the

time of the conclusion of this Contract, and avoid or overcome in the carrying out of its obligations

hereunder.

11.3. Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.

b. No Breach of Contract

11.4. The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach of, or

default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the

Party affected by such an event has taken all reasonable precautions, due care and reasonable alternative measures,

all with the objective of carrying out the terms and conditions of this Contract.

c. Measures to be taken

11.5. A Party affected by an event of Force Majeure shall continue to perform its obligations under the Contract

as far as is reasonably practical, and shall take all reasonable measures to minimize the consequences of any event

of Force Majeure.

11.6. A Party affected by an event of Force Majeure shall notify the other Party of such event as soon as possible,

and in any case not later than fourteen (14) calendar days following the occurrence of such event, providing

evidence of the nature and cause of such event, and shall similarly give written notice of the restoration of normal

conditions as soon as possible.

11.7. Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be

Page 12: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

extended for a period equal to the time during which such Party was unable to perform such action as a result of

Force Majeure.

11.8. During the period of their inability to perform the Services as a result of an event of Force Majeure, the

Third Party, upon instructions by the Procuring Agency, shall:

(a) Continue with the Services to the extent reasonably possible, in which case the Third Party shall

continue to be paid under the terms of this Contract.

11.9. In the case of disagreement between the Parties as to the existence or extent of Force Majeure, the matter

shall be settled accordingly.

12. Suspension 12.1. The Procuring Agency may, by written notice of suspension to the Third Party, suspend all payments to the

Third Party hereunder if the Third Party fails to perform any of its obligations under this Contract, including the

carrying out of the Services, provided that such notice of suspension

(i) shall specify the nature of the failure, and

(ii) shall request the Third Party to remedy such failure within a period not exceeding thirty (30) calendar

days after receipt by the Third Party of such notice of suspension.

13. Termination 13.1. This Contract may be terminated by either Party as per provisions set up below:

a. By the Procuring Agency

13.2. The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified

in paragraphs (a) through (f) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty

(30) calendar days’ written notice of termination to the Third Party in case of the events referred to in (a) through

(d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e); and at least five (5)

calendar days’ written notice in case of the event referred to in (f):

(a) If the Third Party fails to remedy a failure in the performance of its obligations hereunder, as specified

in a notice of suspension;

(b) If the Third Party becomes (or, if the Third Party consists of more than one entity, if any of its members

becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take

advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory

or voluntary;

(c) If the Third Party fails to comply with any final decision reached as a result of arbitration proceedings;

(d) If, as the result of Force Majeure, the Third Party is unable to perform a material portion of the

Services for a period of not less than sixty (60) calendar days;

(e) If the Procuring Agency, in its sole discretion and for any reason whatsoever, decides to terminate this

Contract;

(f) If the Third Party fails to confirm availability of Key Experts as required.

13.3. Furthermore, if the Procuring Agency determines that the Third Party has engaged in corrupt, fraudulent,

collusive, coercive [or obstructive] practices, in competing for or in executing the Contract, then the Procuring Agency

may, after giving fourteen (14) calendar days’ written notice to the Third Party, terminate the Third Party's employment

under the Contract.

b. By the Third Party

13.4. The Third Party may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the

Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this

Clause.

(a) If the Procuring Agency fails to pay any money due to the Third Party pursuant to this Contract and

not subject to dispute within twenty (20) calendar days after receiving written notice from the Third Party

that such payment is overdue.

(b) If, as the result of Force Majeure, the Third Party is unable to perform a material portion of the

Services for a period of not less than thirty (30) calendar days.

(c) If the Procuring Agency fails to comply with any final decision reached as a result of arbitration.

(d) If the Procuring Agency is in material breach of its obligations pursuant to this Contract and has not

remedied the same within twenty (20) days (or such longer period as the Third Party may have

subsequently approved in writing) following the receipt by the Procuring Agency of the Third Party’s

notice specifying such breach.

Page 13: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

c. Cessation of Rights and Obligations

13.5. Upon termination of this Contract or upon expiration of this Contract, all rights and obligations of the Parties

hereunder shall cease, except

(i) Such rights and obligations as may have accrued on the date of termination or expiration,

(ii) The obligation of confidentiality set forth,

(iii) The Third Party’s obligation to permit inspection, copying and auditing of their accounts and records

set forth, and

(iv) Any right which a Party may have under the Applicable Law.

d. Cessation of Services

13.6. Upon termination of this Contract by notice of either Party to the other, the Third Party shall, immediately

upon dispatch or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt and

orderly manner and shall make every reasonable effort to keep expenditures for this purpose to a minimum. With

respect to documents prepared by the Third Party and equipment and materials furnished by the Procuring

Agency, the Third Party shall proceed as provided, respectively.

e. Payment upon Termination

13.7. Upon termination of this Contract, the Procuring Agency shall make the following payments to the Third

Party:

(a) Payment for Services satisfactorily performed prior to the effective date of termination; and

(b) In the case of termination, reimbursement of any reasonable cost incidental to the prompt and orderly

termination of this Contract.

C. OBLIGATIONS OF THE THIRD PARTY 14. General:

a. Standard of Performance

14.1. The Third Party shall perform the Services and carry out the Services with all due diligence, efficiency and

economy, in accordance with generally accepted professional standards and practices, and shall observe sound

management practices, and employ appropriate technology and safe and effective equipment, machinery,

materials and methods. The Third Party shall always act, in respect of any matter relating to this Contract or to

the Services, as a faithful adviser to the Procuring Agency, and shall at all times support and safeguard the

Procuring Agency’s legitimate interests in any dealings with the other parties.

14.2. The Third Party shall employ and provide such qualified and experienced Experts as are required to carry

out the Services.

b. Law Applicable to Services

14.3. The Third Party shall perform the Services in accordance with the Contract and the Applicable Law and

shall take all practicable steps to ensure that any of its Experts, comply with the Applicable Law which is

Pakistan’s Law.

15. Conflict of Interests 15.1. The Third Party shall hold the Procuring Agency’s interests paramount, without any consideration for future

work, and strictly avoid conflict with other assignments or their own corporate interests.

16. Confidentiality 16.1. Except with the prior written consent of the Procuring Agency, the Third Party and the Experts shall not at

any time communicate to any person or entity any confidential information acquired in the course of the Services,

nor shall the Third Party and the Experts make public the recommendations formulated in the course of, or as a

result of, the Services.

17. Accounting, Inspection and Auditing 17.1. The Third Party shall keep, and shall make all reasonable efforts to keep, accurate and systematic accounts

and records in respect of the Services and in such form and detail as will clearly identify relevant time changes

and costs.

Page 14: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

18. Reporting Obligations 18.1. The Third Party shall submit to the Procuring Agency the reports and documents regularly which will also

keep track the activities in right directions as per requirements.

19. Proprietary Rights of the Procuring Agency in Reports and Records 19.1. All reports and relevant data and information such as maps, diagrams, plans, databases, other documents

and software, supporting records or material compiled or prepared by the Third Party for the Procuring Agency

in the course of the Services shall be confidential and become and remain the absolute property of the Procuring

Agency. The Third Party shall, not later than upon termination or expiration of this Contract, deliver all such

documents to the Procuring Agency, together with a detailed inventory thereof. The Third Party may retain a copy

of such documents, data and/or software but shall not use the same for purposes unrelated to this Contract without

prior written approval of the Procuring Agency.

20. Equipment, Vehicles and Materials 20.1. Equipment, vehicles and materials, if made available to the Third Party by the Procuring Agency, or

purchased by the Third Party wholly or partly with funds provided by the Procuring Agency, shall be the property

of the Procuring Agency and shall be marked accordingly. Upon termination or expiration of this Contract, the

Third Party shall make available to the Procuring Agency an inventory of such equipment, vehicles and materials

and shall dispose of such equipment, vehicles and materials in accordance with the Procuring Agency’s

instructions. While in possession of such equipment, vehicles and materials, the Third Party, unless otherwise

instructed by the Procuring Agency in writing, shall insure them at the expense of the Procuring Agency in an

amount equal to their full replacement value.

20.2. Any equipment or materials brought by the Third Party or its Experts into the Procuring Agency’s country

for the use either for the project or for personal use shall remain the property of the Third Party or the Experts

concerned, as applicable.

D. THIRD PARTY’S EXPERTS 21. Replacement of Key Experts

21.1. Except as the Procuring Agency may otherwise agree in writing, no changes shall be made in the Key

Experts.

21.2 Notwithstanding the above, the substitution of Key Experts during Contract execution may be considered

only based on the Third Party’s written request and due to circumstances outside the reasonable control of the

Third Party, including but not limited to death or medical incapacity. In such case, the Third Party shall forthwith

provide as a replacement, a person of equivalent or better qualifications and experience, and at the same rate of

remuneration.

22. Removal of Experts 22.1. If the Procuring Agency finds that any of the Expert(s) has committed serious misconduct or has been

charged with having committed a criminal action, or shall the Procuring Agency determine that Third Party’s

Expert have engaged in corrupt, fraudulent, collusive, coercive [or obstructive] practice while performing the

Services, the Third Party shall, at the Procuring Agency’s written request, provide a replacement.

22.2. In the event that any of Key Expert(s), Non-Key Expert(s) is found by the Procuring Agency to be

incompetent or incapable in discharging assigned duties, the Procuring Agency, specifying the grounds therefor,

may request the Third Party to provide a replacement.

22.3. Any replacement of the removed Experts shall possess better qualifications and experience and shall be

acceptable to the Procuring Agency.

22.4. The Third Party shall bear all costs arising out of or incidental to any removal and/or replacement of such

Expert(s).

E. OBLIGATIONS OF THE PROCURING AGENCY 23. Assistance and Exemptions

23.1. The Procuring Agency shall use its best efforts to:

(a) Assist the Third Party in getting work permissions for the health facilities and such other documents

Page 15: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

as shall be necessary to enable the Third Party to perform the Services.

(b) Issue to officials, agents and representatives of the Government all such instructions and information

as may be necessary or appropriate for the prompt and effective implementation of the Services.

(C) Provide to the Third Party any such other assistance as may necessary in execution of services.

24. Access to Health Facilities

24.1. The Procuring Agency warrants that the Third Party shall have, free of charge, unimpeded access to the

health facilities in respect of which access is required for the performance of the Services.

25. Change in the Applicable Law Related to Taxes and Duties 25.1. If, after the date of this Contract, there is any change in the applicable law in the country with respect to

taxes and duties which increases or decreases the cost shall be incurred by the Third Party in performing the

Services, then the remuneration and reimbursable expenses otherwise payable to the Third Party under this

Contract shall be increased or decreased accordingly by agreement between the Parties hereto, and corresponding

adjustments shall be made to the Contract price amount.

F. PAYMENTS TO THE THIRD PARTY 26. Contract Price

26.1. The Contract price is fixed as mentioned in the Special Condition of Contract, which shall be paid after the

successful completion of deliverables and acceptance of the Project.

26.2. Any change to the Contract price can be made only if the Parties have agreed to the revised scope of Services

and have amended in writing the Terms of Reference.

27. Taxes and Duties 27.1. The Third Party and Experts are responsible for meeting any and all tax liabilities arising out of the Contract.

28. Currency of Payment 28.1. Any payment under this Contract shall be made in the PKR.

29. Mode of Billing and Payment 29.1. Subject to clause 25 hereof, the total payments under this Contract shall not exceed the Contract price set

forth.

29.2. The payments under this Contract shall be made against deliverables(Development of Android application

and printing of QAR Codes, Midterm report) and full payment shall only be made after the complete

assignment i.e Final Report, data, Pasting of QR Tags at desired medical equipment, Development of

Online portal & android app as satisfactory to the Procuring Agency. The Services shall then be deemed

completed and finally accepted by the Procuring Agency. However, in case of availability of the funds earlier

than the completion, the procuring agency may consider making some partial payments.

G. FAIRNESS AND GOOD FAITH 30. Good Faith

30.1. The Parties undertake to act in good faith with respect to each other’s rights under this Contract and to adopt

all reasonable measures to ensure the realization of the objectives of this Contract.

H. SETTLEMENT OF DISPUTES 31. Amicable Settlement

31.1. The Parties shall seek to resolve any dispute amicably by mutual consultation.

31.2. If either Party objects to any action or inaction of the other Party, the objecting Party may file a written

Notice of Dispute to the other Party providing in detail the basis of the dispute. The Party receiving the Notice of

Dispute will consider it and respond in writing within fourteen (14) days after receipt. If that Party fails to respond

within fourteen (14) days, or the dispute cannot be amicably settled within fourteen (14) days following the

response of that Party, the decision will be made by the Additional Chief Secretary, Punjab; being an Arbitrator.

32. Dispute Resolution 32.1. Any dispute between the Parties arising under or related to this Contract that cannot be settled amicably

may be referred to by either Party to the adjudication/arbitration.

Page 16: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

SPECIAL CONDITIONS OF CONTRACT 33. General Scope

33.1 Special Conditions of Contract are hereby concluded between the Procuring Agency and the successful

bidder 3rd Party as per specific requirement of the specific project. In case where there is a conflict between the

general conditions of the contract and the special conditions of contract, the special condition of contract shall

prevail.

33.2 The work/services should be carried out as per terms and conditions of the RFPs, TORs and the

implementation plan submitted by the Third Party that includes the Tagging all hospital equipment, OnlinePortal

Development & Android Application, Tagging of Hospitals, Dashboard Development and Data Compilation and

Software including mobile bids for the following articles:

a. Bio-Medical Equipment excluding thermometer, stethoscope and where QAR code is not possible to

paste due to hygiene and sanitization reason.

b. Ward Equipment includes patient’s related items like Beds, Trolleys, Cupboards, Stretchers, Tables;

Cylinders will be included in this project.

c. Air Conditioners and Electricity Generators

Following are the details needed in the Website and Android application. Segregate items/equipment with categories.

Details of all parameters, which need to be integrated, will be provided by PESSI.

Capability to Add/Edit/Delete all parameters

Incorporation on images (pics) in database with the respective item.

Add/Edit/Delete Images for all the Hospital/Equipment

Geo-Tagging of Social Security Hospitals of Punjab.

User Rights: Admin, User, View Only (Data Export)

Complete audit trail of users

Complete and comprehensive search and filters of any records in the system.

Bulk data upload from excel sheet. (Import Data)

Must be able to check the duplicate records in case of manual or bulk up load of data.

Must be able to Export data to excel and PDF formats.

Must Generate QR code for each record, which will be queried from companion Android APP in the live

environment through Internet.

Bid must be web based.

Companion Android APP needed to scan QR code generated by the web portal.

Complete updated data must display after scanning QR code on mobile from web server.

Android APP must have the settings to input the web server name/IP address and User name/password.

Must have comprehensive reporting built-in.

Must be able to generate reports to Category wise (combined, segregated), hospitals/equipment vise,

location wise, District wise, Tehsil wise, City wise, and with the combination of all these.

Admin and User Manuals must be provided separately in the form of PDF format.

33.3 “Stickers” having QR Codes imprinted on it will be used for tagging of Bio-Medical Equipment. Moreover,

the stickers should be non-removable, laminated, wipe able and washable. Size of warranty stickers will be

approximately 70mm x 60mm.

33.4 The quality of the PVC sticker shall be such that it should not be removed once pasted. It should be washable

and wipe able.

33.5 The Photograph of the article should be captured with high quality camera for visibility and its QAR code

must be visible in that photograph.

33.6 A data base will be generated for storing all information. A software for mobile bid will be developed.

33.7 The firm will sample one hospital as a pilot i.e RAIC Multan Road Lahore and will start next on the approval

of that sample/ template.

33.8 Director (Purchase) will be the focal person looking after the activities of this assignment.

Page 17: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

33.9 The Party shall be deemed to have obtained all the information regarding facilities and charges, storage,

transportation, congestion, licensing fee and confirmed the requirements thereof at his own responsibility and all

such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the

Procuring Agency will not pay any amount over this contracted amount.

33.10 Award of contract to the successful bidder shall be subject to furnishing of Performance Security 5% of

contract value, which will be discharged after 100% successful completion of the work/services verified by the

technical staff of PESSI Head Office a clearance letter/NOC will be issued by the Procuring Agency.

34. Payment 34.1 The payments under this Contract shall be made against deliverables(Development of Android application

and printing of QAR Codes, Midterm report) and full payment shall only be made after the complete

assignment i.e Final Report, data, Pasting of QR Tags at desired medical equipment, Development of

Online portal & android app as satisfactory to the Procuring Agency. The Services shall then be deemed

completed and finally accepted by the Procuring Agency. However, in case of availability of the funds earlier

than the completion, the procuring agency may consider making some partial payments.

35. Execution of Warranty 35.1 The Party will be responsible for the execution of the project within specified time mentioned in the LOI.

36. Expiration of Contract 36.1 Contract will expire on the 100% completion and acceptance of the project.

37. Contract Price 37.1 The estimated total contract price is Pak Rs. 8.0 Million (PKR Eight Million) inclusive of all direct and

indirect taxes.

38. Ownership of the documents 38.1 Complete documents, Final Report, Data Base will be the property of the Procuring Agency. The software

so developed will also be the property of the procuring agency.

39. Services 39.1 The Party will carry out the work according to the terms & conditions of Request for Proposal, Terms of

References, Project Implementation Plan submitted by Third Party, Data template for data collection.

40. Penalties/Liquidated damages 40.1 As per terms and conditions of the Request for Proposal.

41. Correspondence Addresses Procuring Agency

Director (Purchase) The Punjab Employees Social Security Institution located at 3-A Gulberg-V Lahore.

Contracting Firm

3rd Party and its Registered Address

Page 18: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

TORS / REQUIRED SCOPE OF WORK 1) Tagging of Bio-Medical Equipment in Social Security Hospitals of Punjab.

2) “Stickers” having QR Codes imprinted on it will be used for tagging of bio-medical equipment. The nature and type of

the sticker shall be of ‘’Warranty Stickers” should be non-removable, colored, laminated and washable. Size of warranty

stickers will be approximately 70mm x 60mm.

3) The firm will provide logistics and transportation services for execution of tasks.

4) 100 % work accuracy is required for tagging of biomedical equipment.

5) The firm should tag all Bio-Medical equipment within 60 Days from the date of signing of Contract. In case of non-

completion of work within the period specified, penalty @ 2% per day of the contracted value not exceeding than 10% of

the Contract value will be imposed upon the firm/Service provider.

6) The firm will deploy team comprising of Doctor Public Health, Bio-Medical Engineer, Lab Technician, and Assistant.

This teams will work in execution of the project within 60 Days.

7) Assess the functional status of all electronic Bio-Medical equipment in terms of operational; partial operational; down

(give reasons) or disused (give reasons).

8) Reporting of Tagging should be done on daily basis without any fail.

9) JV is not acceptable in any condition.

10) The work has to be executed within the specified time as agreed upon otherwise penalty will be incurred on the Third

Party. Punjab Employees Social Security Institution will assist the Firm in acquiring all the relevant data where needed.

11) Following Parameters need to be verified/filled by the information provided from the hospital:

i. Name of Equipment

ii. Description

iii. Serial No.

iv. Model

v. Make/Origin

vi. Year of Manufacturing

vii. Department Ownership

viii. Facility/Hospital

ix. Functional Status

x. Maintenance Status

xi. Warranty Status

xii. Maintenance Service Provider

xiii. Supplier

xiv. Purchase Date (DD/MM/YY)

xv. Installation Date (DD/MM/YY)

12) The Bids shall accompany 2% Bid Security of the estimated price in the form of CDR/Bank Draft.

13) All Bids must be accompanied by Bid Security, in favor of “Commissioner PESSI”.

14) Bids as required under this Bidding Document, must be delivered by hand in office of Director (Purchase) The Punjab

Employees Social Security Institution located at 3-A Gulberg-V Lahore, not later than 27.04.2018 (Thursday) at 10:30

AM. Late bids shall not be accepted.

Page 19: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

INSTRUCTIONS TO BIDDERS

1. Initially, only the sealed bid package will be opened on scheduled date and time as specified in Tender Notice in

the office of PESSI in the presence of bidders who may like to present.

2. The Envelopes shall be marked as “FINANCIAL PROPOSALS” and “TECHNICAL PROPOSALS” in bold and

legible letter to avoid confusions.

3. Envelope marked “TECHNICAL PROPOSALS” shall be opened by the Procuring Agency on 27.04.2018 at 10:30

hours.

4. Envelope marked “FINANCIAL PROPOSALS” of the technically responsive/accepted bids shall only be opened

publicly at the time and place to be announced by the Procuring Agency. Participated bidder will be informed

accordingly.

5. The Financial Proposal of the bid found “Technically Non-Responsive” shall be returned unopened to the

respective bidders.

6. An Organization will be selected through quality and cost based selection method and incomplete bids will be

liable for rejection.

7. Only Income Tax/PRA/Sales Tax Registered Firms/Companies may submit their offers/tenders.

8. The bidder shall indicate in the space provided in the tender proper address at which notices may be legally served

on him and correspondence in connection with his tender and the contract is to be sent.

9. The presentation of the tender implies full acceptance on the part of the bidder of these instructions and all other

conditions set forth in the contract document.

10. Proposals shall be submitted in the English Language.

11. Firm/Companies to state local cost in the national currency that is PKR and inclusive of all taxes, duties, levies,

insurance, etc. The quoted price must be Best / final / fixed and valid until completion of the Contract i.e. not subject

to negotiation / variation / escalation; If not specifically mentioned in the Tender, it shall be presumed that the quoted

price is as per the mentioned requirements.

12. Clarifications may be requested not later than 05 days before the submission date. The address for requesting

clarifications is:

Director (Purchase)

Punjab Employees Social SecurityInstitution, Government of the Punjab. 3-A, Gulberg-V Jail Road, Lahore

Page 20: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

TERMS & CONDITIONS The Punjab Employees Social Security Institution invites sealed bids from eligible and experienced firms /

Companies/Contractors for the Geo-Tagging of Social Security Hospitals. Following are prerequisites for the third

party Organization:

1. Prerequisites:

1.1. Any offer not received as per terms & conditions of the tender enquiry is liable to be ignored. No offer shall

be consideredif:

a) it is received after the time and date fixed for itsreceipt,

b) the offer is received by fax ore-mail,

c) the offer is from a black listedfirm,

d) any conditionaloffer.

e) Incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late; or subjected to

interlineations / cuttings / corrections / erasures / overwriting;or;

f) The Bidder submits more than one Tenders;or

g) The Contactor has conflict of interest with the Client;or

h) The Bidder tries to influence the Tender evaluation / Contract award;or

i) The Bidder engages in corrupt or fraudulent practices in competing for the Contractaward.

1.2. The bid shall be accompanied by Income Tax Certificate/PRA/SalesTax.

1.3. The Bidder shall bear all costs / expenses associated with the preparation and submission of the Tender (s)

and the Client shall in no case be responsible / liable for those costs /expenses.

1.4. The Bidder is expected to examine the Tender Document, including all instructions and terms andconditions.

1.5. The envelope must indicate particulars of tender and the envelopes must be properlysealed'.

2. BidValidity:

2.1. The validity of bid shall be for a period of 90 (ninety) days from the date of opening of the technical bids.

The Client may solicit the Bidder's consent to an extension of the validity period of the Tender.

3. Determination of Responsiveness of theTender

3.1. The Client shall determine the substantial responsiveness of the Tender to the Tender Document, prior to the

Tender evaluation, on the basis of the contents of the Tender itself without recourse to extrinsic evidence. A

substantially responsive Tender is onewhich:

3.1.1. Meets the Mandatory Requirement of the Eligibility & Evaluation Criteria of theRFP.

3.1.2. Is otherwise complete and generally inorder;

3.1.3. Conform to all terms and conditions of the Tender Document, without material deviation or reservation.

3.1.4. The Tender determined as not substantially responsive shall not subsequently be made responsive by the

Bidder by correction or withdrawal of the material deviation or reservation. However, the Client may

waive off any minor non-conformity or inconsistency or informality or irregularity in theTender.

3.1.5. If there is a discrepancy between the amount in figures and the amount in words for the Total Tender

Price entered in the Tender Form, the amount which tallies with the Total Tender Price entered in the

Price Schedule, shallgovern.

4. Rejection / Acceptance of theTender

4.1. Bids will be rejected if itis;

4.1.1. Substantially non-responsive;or

4.1.2. Not qualified on technical proposal;or

4.1.3. The Bidder refuses to accept the corrected Total TenderPrice

5. AcceptanceLetter

6.1. The Client shall, send the Acceptance Letter to the successful Bidder, prior to the expiry of the validity period

of the Tender, which shall constitute a contract, until execution of the formal Contract.

7. Deduction ofTaxes:

7.1. The rates offered shall be inclusive of all applicable taxes. All applicable taxes shall be deducted while making

payment to the firm as per Government Rules / Instructions/ Notifications.

8. LateBids:

8.1. Late bids shall be rejected and returned unopened to thebidders.

9. JointVenture.

9.1. Joint Venture is not allowed.

Page 21: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

10. Amendment of the Tender Document

10.1. The Client may, at any time prior to the deadline for submission of the Tender, at its own initiative or in

response to a clarification requested by the prospective Bidder(s), amend the Request for Proposal document,

on any account, for any reason. All amendment(s) shall be part of the Proposal and binding on the

prospective Bidder(s).

10.2. The Client shall notify the amendment(s) in writing to the prospective Bidders who shall acknowledge

receipt of the amendment(s) in writing to the Client.

10.3. The client may, at its exclusive discretion, amend the RFP Document to extend the deadline for the

submission of the RFP, in which case all rights and obligations of the Client and the Bidders previously

subject to the deadline shall thereafter be subject to the deadline as extended.

11. Preparation / Submission of Tender

11.1. One Bidder shall submit only one Tender/Bid.

11.2. The Proposal shall be furnished for whole Proposal and not in piecemeal/partial.

11.3. The Bidder shall seal the Original Technical Proposal in an envelope duly marked asunder:

Technical Tender for Tender No.

[Name of the Client] [Address of the Client] [Name of the Bidder]

[Address of the Bidder] [Phone No. of the Bidder]

11.4. The Bidder shall seal the Original Financial Proposal in an envelope duly marked asunder:

Financial Tender for Tender No.

[Name of the Client] [Address of the Client] [Name of the Bidder]

[Address of the Bidder] [Phone No. of the Bidder]

11.5. The Bidder shall again seal the sealed envelopes of Technical Proposal and the Financial Proposal in an

outer envelope, duly marking the envelope asunder:

Tender for Tender No.

Strictly Confidential

Open on [Last Date of submission of the Tender] [Name of the Client]

[Address of the Client] [Name of the Bidder] [Address of the Bidder]

[Phone No. of the Bidder]

11.6 TheTendershallbemailedtoreachordroppedintheTenderBoxplacedattheReceptionof the Client’s office, at

following address and time:

Punjab Employees Social Security Institution (Head Office) 3-A Gulberg-V, Lahore.

Closing Time: 10:30am, 27.04.2018 Opening Time: 11:30am, 27.04.2018

DOCUMENTS TO BE ATTACHED

1. Experience of the Firm/ Existence.

2. Documents of registration as a legal entity.

3. A general plan to carry out the mapping, tagging and monitoring activity.

4. Details of permanent staff of the firm.

5. Details of the Biomedical/Technical and Logistic that will be carrying out this exercise.

6. A proof of Firm’s Legal Status.

7. Financial turnover of last 3 years (not less than 50 millions).

8. Firm’s details with NTN and GST registration numbers.

9. Statement on Judicial Paper if the Firm/Firms including the director and the owners is/was a subject of bankruptcy

proceedings, receivership, administration receivership, or any other form of liquidation

Page 22: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

EVALUATION CRITERIA Sr. # Item Description Marks/Remarks

1. PARTICIPATION RESTRICTION

i. No Prospective Bidder may technically qualify if

it has any representative on the Board of Directors

of another Prospective Bidder.

ii. No Prospective Bidder may technically qualify if

any of PESSI’s advisors or external consultants

holds any shares or has any representatives in the

Board of Directors of the Prospective Bidder or is

a member of another bidding company / firm.

Yes/ No If Yes disqualified

If No qualified

2. ELIGIBILITY REQUIREMENTS

i. NTN Certificates / GST Registration / PST Registration.

The applicants

fulfilling the following

basic eligibility

requirement shall only

be considered for

further evaluation

(relevant documents

must be attached)

Qualifying Criteria

ii. ISO Certifications

iii. Registration of firm with any Government Entity under

the applicable law of the land.

iv.

Original Bank statement for six months duly stamped not

earlier than 1stJan, 2018 with bank original covering

letter duly stamped and signed.

v.

Declaration of non-involvement in litigation /

arbitration / black listing. (Certificate to this effect on

non-judicial stamp paper to be provided).

3. QUALIFICATION CRITERIA

Technical Proposal will be based on applicant’s meeting the following qualification criteria regarding their

financial soundness, firm’s experience, Methodology and quality of its personnel and other relevant

information as demonstrated by the applicant’s response in the Forms attached to the Letter of Application

Marks shall only be given if the Forms are filled by the applicant as per instructions given in this Document.

No compromise shall be made on minimum requirements of 50% marks in each Sub- Category (A, B, C

& D) and an overall minimum of 70% marks required to qualify in the aforesaid qualification criteria.

A. FINANCIAL SOUNDNESS Total Marks 20

For Financial Soundness, letter from Bank(s) and audited financial statement for last three financial years

shall be submitted. No marks shall be given if Bank Statement (In case of cash), letter(s) from Bank(s) (In

case of Credit Line). Marks shall be awarded on the basis of the following criteria:

i)

Average Annual Turnover for the

last three financial years.

A= Average Annual Turnover

in last three financial years (in

PKR Million)

10

Full Marks will be given if turnover of “A” is Rs.90

Million or above in last three years

For turnover of “A” is less than Rs.90 million, Marks

will be (A/2.5)*10

No marks will be given if turnover of “A” is less than

Rs.50million

ii)

Annual Turnover for the last

financial year.

A= Annual Turnover in last

financial year (in PKR Million)

10

Full Marks will be given if “A” is Rs.30.00 Million or

above

For “A” less than Rs.30.00 million, Marks will be

A/20*10

No marks will be given if “A” is less than

Rs.15.00million

No marks shall be allotted if audited financial statements

of last three financial years are not attached

Page 23: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

B. PERSONNEL QUALIFICATION Total Marks 30

Title of Position (Number of

Required Position)

Sub-

Marks Qualification & Experience

i) Project Manager (01) 2.5

Full Marks to PHD in Social Sciences with ten years of

experience

75% Marks MSc in Social Sciences with ten years of

experience.

ii) Doctor (Specialized in Public

Health) 2.5

Full Marks to MBBS Doctor having Diploma in Public

Health

iii) Bio Medical Engineer (04)

(2.5 marks for each) 10

Full Marks for BSc. Bio Medical Engineer or equivalent

with two-year experience

75% Marks for Diploma holder with minimum three-

year experience.

iv) Laboratory Technologist (02)

(2.5 marks for each) 5

Full Marks for BSc. Lab Technology with two-year

experience

75% Marks for Diploma Holder (Lab Technician) with five

years’ experience.

v) Pharmacist (01) 5 Full Marks for D.Pharmacy with Two-year experience

75% Marks for B.Pharmacy with three-year experience

vi)

M&E Officer(01)

Electrical Engineer (01)

(2.5 marks for each)

5

Full Marks to MSc in Social Sciences with five years of

experience

75% Marks BSc in Social Sciences with eight years of

experience.

Full Marks to MSc in Electrical Engineer with two years of

experience

75% Marks BSc in Electrical Engineering with five years of

experience.

C. EXPERIENCE RECORD Total Marks 30

i)

Projects of Similar Nature in

Public / Private Sector of

minimum value of Rs. 5.00

million each or more Completed

in last Five (5) years.

20

Public Sector:5-Marks per project

Private Sector: 3- Marks per Project

75% Marks will be given in case of combination of

Public/Private Sector Projects

For completed project(s), Work Order/Agreement/

Completion Certificate of respective project is mandatory.

ii)

Projects of Similar Nature in

Public/Private Sector of

minimum value of Rs.3.00 million

or more In-hand.

10

Full marks will be given if applicant has at least two

Project of Public Sector in hand.

Full marks will be given if applicant has at least three

Project of Private Sector in hand.

75% Marks will be given in case of combination of

Public/Private Sector Projects

For In-hand project(s), Letter of Award OR Agreement of

respective project is mandatory.

D. METHODOLOGY Total Marks 20 i. Use of Technology 10

ii. Flow Chart 05 iii. Quality Assurance & Monitoring 05

Total Evaluation Marks for sub-category

A+B+C+D

100

Page 24: THE PUNJAB EMPLOYEES’ SOCIAL SECURITY INSTITUTION …

LIST OF HOSPITALS WITH BED CAPACITY

Sr. # Name of Hospitals Bed

Capacity

Total No. of

Air

Conditioners

Total No.

of

Generators

1

Nawaz Sharif Social Security Hospital

Multan Road Lahore. 550

300 3

2

Rehamt-ullil-Alimeen Institute of Cardiology

Multan Road, Lahore. 60

49 1

3 Social Security Hospital Shahdara 100 109 1

4 Social Security Hospital Kot Lakhpat Lahore 50 60 1

5 Social Security Hospital Faisalabad 300 148 1

6

Maternal Newborn and Child Health Centre

Faisalabad 100

94 1

7 Social Security Hospital Gujranwala 100 72 1

8 Social Security Hospital Gujrat 100 28 4

9 Social Security Hospital Islamabad 260 88 3

10

Khawaja Fareed Social Security Hospital

Multan 100

46 1

11 Social Security Hospital Jauharabad 50 23 2

12 Social Security Hospital Sialkot 100 45 1

13 Social Security Hospital Okara 50 20 2

14 Social Security Hospital Sahiwal 10 12 1

15 Social Security Hospital Sheikhupura 50 23 1

16 Social Security Hospital Jaranwala 25 24 3

17 Social Security Hospital Jang 25 10 1