BIDDING DOCUMENTS FOR THE FRAMEWORK CONTRACT OF...
Transcript of BIDDING DOCUMENTS FOR THE FRAMEWORK CONTRACT OF...
BIDDING DOCUMENTS FOR THE FRAMEWORK
CONTRACT OF FINANCIAL YEAR 2017-2018
Tender notice/Invitation to Bids
Sealed tenders are required from well reputed companies/firms/authorized distributors and
experienced suppliers registered with sales tax and income tax departments for frame work
contracts of following items for year 2017-2018 under Punjab procurement rules 2014.
Sr.No Item Name Bid
Security(PKR)
Bid Opening
Date And Time
Tender
Fee(PKR)
1 Local Purchase of Medicines
and Disposable/Surgical
items
2% of estimated
cost
21-08-2017
12:00 PM
1000/-
2 Local Purchase of Medicine
for Zakat Patient
2% of estimated
cost
21-08-2017
12:00 PM
1000/-
3 Lab Items 2% of estimated
cost
21-08-2017
12:00 PM
1000/-
4 Stationary Items 2% of estimated
cost
21-08-2017
12:00 PM
1000/-
5 Bedding Clothing 2% of estimated
cost
21-08-2017
12:00 PM
1000/-
6 X-Ray Films &
Fixer/Developers
2% of estimated
cost
21-08-2017
12:00 PM
1000/-
6 Equipment’s 2% of estimated
cost
21-08-2017
12:00 PM
1000/-
7 Laundry 2% of estimated
cost
21-08-2017
12:00 PM
1000/-
Bidding document containing detail specifications may be obtained on payment of Rs.1000
(non-refundable) from the office of Medical superintendent or may be downloaded from PPRA
website (www.ppra.punjab.gov.pk).
The last date for the submission of the bid is 21-08-17 by 11:00 AM and tenders will be opened
on the same date at 12:00 PM at the below mentioned address in the presence of bidders or
authorized representatives who may wish to attend.
Bidding procedure will be single stage two envelope. The procuring agency reserves the rights
to reject all the bids or proposal at any time prior to acceptance of bid or proposal under PPRA
rule 35.
Procurement agency has the due right to disqualify a supplier or contractor if it finds at any stage
that the information submitted by him was false/inaccurate/incomplete under PPRA rules.
Medical Superintendent District Headquarters Hospital Khushab
BIDDING DOCUMENTS FOR LOCAL PURCHASE
MEDICINES (LP Day-to-Day, Emergency)
Surgical & Disposable Items
For Financial Year (2017-2018)
SHEDULE OF INVITATION OF TENDER
1. Estimated cost of tender PKR.8000000/- 2. Last date for submission 21-08-2017 till 11:00 AM
3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS FOR SUPPLY OF LOCAL PURCHASE OF MEDICINE
1. Sealed offers are invited from interested firms/agencies of repute with financially sound
background involved in running institutional Pharmacy business/Chain of
Pharmacies/Distributors having a valid Retail drug sale license for supply of
drugs/medicines/surgical Disposables. Tender should be sent in the name of the Medical
Superintendent, DHQ Hospital Khushab along with the following documents.
2. Technical Evaluation Criteria (to be included in Technical Proposal Envelop) (Compulsory Knock Out Clauses)
Description
Attached Page/Annex No.
Yes/NO
I. Original receipt for purchase oftender Compulsory
II. Bid Security amounting RS. 180000/- Compulsory
in favor of Medical Superintendent
DHQ Hospital Khushab,
should attached with financial bid &
photocopy of the same attached with
Technical bid as demanded in bidding
document.
III. Valid Drug Sale License
Compulsory
IV. Minimum one-year business history Compulsory
(i.e. last year {N.T.N} Tax return)
V. Bidder shall submit an affidavit worth Compulsory
RS 100/- that he/she
a. accepted all terms and conditions of
tender documents and shall continue
the same in future, and
b. Non-Black listing certificate.
duly signed and stamped.
VI. List of Government/Autonomous (Optional)
Institution where already Supplying
pharmacies established.
VII. Company Profile including (Optional)
Pharmacist and other strength
VIII. National Tax Number certificate. Compulsory
IX. Certificate to ensure pharmacy located Compulsory
within radius of 02 K.M from hospital
at letterhead.
3. All the procurement procedures will be done strictly in accordance with the PPRA Rules, 2014 (Amended to date).
4. The cost of Tender will be Rs.1000/- (Non Refundable), the Tender Fee receipt
should be attached with the Tender.
5. Any cutting/over writing in the Tender is not acceptable.
6 The tender offering highest discount will be acceptable.
7. The bidders should have submit an affidavit on judicial paper that his firm is not
black listed from any Government Institute/Department.
8. The Purchase Committee has the right to reject/accept all or any of the Tenders
on technical basis.
9. The contractor will have to supply the medicines immediately as and when
required. In case of failure for more than one time, the contract can be cancelled
after issuing show cause notice.
10. All the stock should bear the stamp “District Government Property- Not for
Sale/Defaced.
11. The contractor will be responsible to supply all the prescribed/indented medicines
on the same day and time, without being failed.
12. The contractor will not be authorized to make any change in the indent/
prescribed medicines.
13. The discount percentage for Multi National, National Medicines and surgical
Disposable must be quoted separately for Day to Day Supply & Bulk supply.
14. The substitute of the orders/indents/prescribed medicines will not be allowed for
a supply until & unless asked by the undersigned.
15. The payment of supplied medicines will be made on monthly basis.
16. In case of non-availability of funds, the payment of the bills on account of supplied
medicines will be made from the next Financial Year 2017-18.
17. In case of any delay in the payment of bills of the supplied medicines, the
contractor will have no right of claim of any compensation.
18. The contractor will have to submit a bond of Rs.100/- on Judicial paper to the
effect that he will be responsible for any change in the cost of medicines fixed by
the manufacturing firms/market rate, in case of over payment he shall be bound
to refund the amount paid to him in excess/in case of overcharging he will also
be liable to be black listed. In case of overcharging identified by Audit or any
other authority, he will be bound to deposit the overcharging into Government
Treasury.
19. In case of non-availability of the funds or delay in the payment of bills the
contractor will have no right to take the case in the court of law for any issue
regarding payment or claim of any compensation.
20. The medical store must be situated within 02 KM distance from DHQ Hospital
Khushab.
21. The Bidder will deposit one Main sealed envelope with his clear address. He will
put two separate sealed envelopes with writing Technical proposal along with
address and other sealed envelope with writing Financial Proposal and complete
address.
22. The technical bid will be opened on 21.08.2017 at 12:00 PM in Medical
Superintendent Office and will be scrutinized by the Technical Committee. (The
Financial Bid will be opened later on as per PPRA Rules and qualified bidders will
be informed in this regard).
23. Income Tax as per Government Schedule will be deducted in the bill.
24. Contract may be extended for further three months after 30-06-18
25. Delivery Period for the LP (day to day) is one day and for the LP(Emergency) is
Seven days but in case of emergency medicine is required immediately. Price
should include delivery charges and taxes.
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
SUPPLY OF Medicine ( day-to-day) Surgical Disposables
FOR THE YEAR 2017-18 (UPTO 30.06.2018)
Sr.
Type of Medicine Discount Quoted
#
1. Multinational/Promotional Firms
2. National Firms
3. Surgical Disposables
SUPPLY OF MEDICINE (EMERGENCY/BULK) FOR THE YEAR 2017-18
(UPTO 30.06.2018)
Sr.
No. Name of Medicine
Name of
Company/Brand
Rate
1 Inj. Frusemide 2ml
2 Inj. Adrenalin
3 Inj.Atropin
4 Inj.Bupivacain
5 Inj.Dopamine
6 Inj. Midazolam
7 Inj.Xylocain 2ml
8 Inj. Metoclopamide 2ml
9 Inj.Atracurium (Tracium)
10 Inj 25% D/ water 20ml
11 Inj. Mag Sulphate 10ml
12 Inj. Dexamethasone 1cc
13 Inj. Dexamethasone 5ml
14 Inj. Phenramine 2ml
15 Inj.Diclofenac Sodium ,75mg
16 Inj.Diazepam 10mg/2ml
17 Inj Soda Bicarb 50ml
18 Inj. KCL 10ml
19 Inj. Lumefentrine
20 Inj. Ceftrixone /1gm
21 Inj. Cefotoxime 500mg,1Gm
22 Inj. Ceftazidine 1gm
23 Inj. Ketorolac Tromethamine 1ml
24 Inj. Drotaverine
25 Inj. Ranitidin 150mg
26 Inf. Ciproflaxacin 100ml
27 Inf. Levoflaxacin 100ml
28 Inj. Isoket 10ml
29 Inj. Cafapim 500mg,1gm
30 Inj. Amikacin 100mg/500mg
31 Inj. Paractamol Infusion 100ml
32 Inj.Amoxcillin 500mg
33 Inj.Cephradin 500mg
34 Inj.Gentmycin 40mg,80mg
35 Inj,Iron Sucerose
36 Inj. Medicaine 1.8ml (DentalCartiage)
37 Inj. Metronidazole 100ml
38 Inj. Ampicilline 500mg
39 Inj. N/Sline 1000ml
40 Inj.Dextrose Water 10% 1000 ml
41 Inj. Phenytoin
42 Inj.Manitol 500ml
43 Inj.Nelbuphine 10mg, 20mg
44 Inj. Mecobalamin
45 Inj. Ringer Lactate 1000ml with IV set
46 Inj.Normal sline 100ml
47 Syp. Amomichlride 60ml,120ml
48 Syp Zincsulphate
49 Syp.Ranitidine 150mg/10ml
50 Syp. Cefixime 100mg/200mg
51 Syp. Simithicon 120ml
52 Syp.Salbutamol
53 Syp. Ciproflaxacin 125/250ml
54 Syp. Levoflaxacin 125/250ml
55 Syp Albendazole
56 Syp. Iron Poly Maltose
57 Cap.Pregabaline 50mg,75
58 Tab.Surbex Z
59 Tab. Ciprofloxcin 250mg
60 Tab. Levofloxcin 250mg
61 Tab. Levofloxcin 500mg
62 Tab. Clopidogrel+Aspirin 75mg
63 Tab.Atorvastatin 10/20mg
64 Tab.Cefuroxime 125mg
65 Tab. Levosulpiride 50mg,100mg
66 Tab. clarithromycin 250mg
67 Tab. clarithromycin 500
68 Tab. Alprazolam 0.5mg
69 Tab. Bromazepam 3mg
70 Tab. Misoprostol + Diclofenac
71 Tab.Diclofenic Potassium 50mg/100mg
72 Tab. Mefnamic Acid 250,500mg
73 Tab.Domperidone
74 Tab.Soda Mint
75
Tab. Amoxycilline + Clavulcanic
375,625mg
76 Tab Metronidazole 400 mg
77 Tab. Chlorophinramine
78 Tab Folic Acid
79 Tab.Allopurinol 300mg
80 Tab. Divalproic Acid
81 Tab. Zincsulphate
82 Tab.Nimsulide 100mg
83 Cap. Cephradin 500mg
84 Cap. Amoxycillin 250,500mg
85 Cap. Cefixime 200mg,400mg
86 Cap.Esomprozole 20/40mg
87 Oflaxacin Eye Drops
88 Ciproflaxcin Eye Drops
89 Dexamethasone Eye Drops
90 Premthrine Cream
91 Sulpher Lotion,Cream
92 Lysonil Cream
93 Kenadoxcin Cream
94 Gentamycin +Betamethasone Cream
95 Aciclovir cream
96 Clotrimazole cream
97 Hydroctisone cream
98 BP Blade No. 23
99 Adhesive Plaster 3” 4”
100 Follys Catheter No.16,18,20
101 Urine Bag
102 Xylocain Gel
103
Ray Band Gause 10cmx10cmx 8 Ply Gauze
swap
104 D/Syringe 1cc
105 Surgical Gauze 30cmx10cm
106 Disposable Syringe 3cc, 5CC
107 Polythine Gloves
108 Examination Gloves
109 Sterigage Strips
110 Dental Needle
111 Cannulla No.20.22,24
112 Polyglactin
113 D/syringes 20cc
114 Feeding Syringe 60ml
115 Face Mask
BIDDING DOCUMENTS FOR LOCAL PURCHASE
MEDICINES (LP Day-to-Day) for Zakat
Patients
For Financial Year (2017-2018)
SHEDULE OF INVITATION OF TENDER
1. Estimated cost of tender PKR.500000/- 2. Last date for submission 21-08-2017 till 11:00 AM
3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS FOR SUPPLY OF Local Purchase of Medicine
4. Sealed offers are invited from interested firms/agencies of repute with financially sound
background involved in running institutional Pharmacy business/Chain of
Pharmacies/Distributors having a valid Retail drug sale license for supply of
drugs/medicines/surgical Disposables. Tender should be sent in the name of the Medical
Superintendent, DHQ Hospital Khushab along with the following documents.
5. Technical Evaluation Criteria (to be included in Technical Proposal Envelop) (Compulsory Knock Out Clauses)
Description
Attached Page/Annex No.
Yes/NO
I. Original receipt for purchase oftender Compulsory
II. Bid Security amounting RS. 10000/- Compulsory
in favor of Medical Superintendent
DHQ Hospital Khushab,
should attached with financial bid &
photocopy of the same attached with
Technical bid as demanded in bidding
document.
III. Valid Drug Sale License
Compulsory
IV. Minimum one-year business history Compulsory
(i.e. last year {N.T.N} Tax return)
V. Bidder shall submit an affidavit worth Compulsory
RS 100/- that he/she
a. accepted all terms and conditions of
tender documents and shall continue
the same in future, and
b. Non-Black listing certificate.
duly signed and stamped.
VI. List of Government/Autonomous (Optional)
Institution where already Supplying
pharmacies established.
VII. Company Profile including (Optional)
Pharmacist and other strength
VIII. National Tax Number certificate. Compulsory
IX. Certificate to ensure pharmacy located Compulsory
within radius of 02 K.M from hospital
at letterhead.
6. All the procurement procedures will be done strictly in accordance with the PPRA Rules, 2014 (Amended to date).
4. The cost of Tender will be Rs.1000/- (Non Refundable), the Tender Fee receipt
should be attached with the Tender.
5. Any cutting/over writing in the Tender is not acceptable.
6 The tender offering highest discount will be acceptable.
7. The bidders should have submit an affidavit on judicial paper that his firm is not
black listed from any Government Institute/Department.
8. The Purchase Committee has the right to reject/accept all or any of the Tenders
on technical basis.
9. The contractor will have to supply the medicines immediately as and when
required. In case of failure for more than one time, the contract can be cancelled
after issuing show cause notice.
10. All the stock should bear the stamp “District Government Property- Not for
Sale/Defaced.
11. The contractor will be responsible to supply all the prescribed/indented medicines
on the same day and time, without being failed.
12. The contractor will not be authorized to make any change in the indent/
prescribed medicines.
13. The discount percentage for Multi National, National Medicines and surgical
Disposable must be quoted separately for Day to Day Supply & Bulk supply.
14. The substitute of the orders/indents/prescribed medicines will not be allowed for
a supply until & unless asked by the undersigned.
15. The payment of supplied medicines will be made on monthly basis.
16. In case of non-availability of funds, the payment of the bills on account of supplied
medicines will be made from the next Financial Year 2017-18.
17. In case of any delay in the payment of bills of the supplied medicines, the
contractor will have no right of claim of any compensation.
18. The contractor will have to submit a bond of Rs.100/- on Judicial paper to the
effect that he will be responsible for any change in the cost of medicines fixed by
the manufacturing firms/market rate, in case of over payment he shall be bound
to refund the amount paid to him in excess/in case of overcharging he will also
be liable to be black listed. In case of overcharging identified by Audit or any
other authority, he will be bound to deposit the overcharging into Government
Treasury.
19. In case of non-availability of the funds or delay in the payment of bills the
contractor will have no right to take the case in the court of law for any issue
regarding payment or claim of any compensation.
20. The medical store must be situated within 02 KM distance from DHQ Hospital
Khushab.
21. The Bidder will deposit one Main sealed envelope with his clear address. He will
put two separate sealed envelopes with writing Technical proposal along with
address and other sealed envelope with writing Financial Proposal and complete
address.
22. The technical bid will be opened on 21.08.2017 at 12:00 PM in Medical
Superintendent Office and will be scrutinized by the Technical Committee. (The
Financial Bid will be opened later on as per PPRA Rules and qualified bidders will
be informed in this regard).
23. Income Tax as per Government Schedule will be deducted in the bill.
24. Contract may be extended for further three months after 30-06-18
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
SUPPLY OF Medicine ( day-to-day) for zakat patients
FOR THE YEAR 2017-18 (UPTO 30.06.2018)
Sr.
Type of Medicine Discount Quoted
#
1. Multinational/Promotional Firms
2. National Firms
3
Surgical/Disposables
BIDDING DOCUMENTS FOR STATIONARY ITEMS
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE PURCHASE OF STATIONARY ITEMS IN
DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR.550000/- 2. Last date for submission 21-08-2017 till 11:00 AM
3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
1. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored. No offer shall be considered if:-
a.The Tender/Tender Certificate is un-signed. b.It is received after the time & date fixed for its receipt.
c.The offer is ambiguous. d.The offer is conditional. e.The offer is from a firm blacklisted / suspended by the Government.
f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email.
h.The offer is for stores not conforming to the specifications indicated in the
Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 8000/- in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated
as per evaluation criteria. The financial bids of technically accepted bidders will be opened publically at a time to be announced by procuring agency and the
financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to
withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be
purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices
charged from any other purchase organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in
excess.
If this affidavit is not attached, the tender will not be accepted. (Very
Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must
accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital
Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on the production of inspection note duly received and signed by the inspection
committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied
reminder will be issued to supplier. If items are not supplied till second reminder contract will be canceled. Contract may be extended for further three months
after 30-06-18
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF STATIONARY ITEMS IN DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL
YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2
The bidder should submit a certificate on legal stamp paper of Rs.100/-
that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of
the Stationary Items and all the terms & conditions of your tender. Further through signing this tender, we accept all the above-mentioned terms and
conditions unconditionally.
We also hereby categorically confirm that the Stationary Items offered by us
are exactly to the same particulars and specifications as per laid down in the tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS _________________________________________________
________________________________________________________________
_
___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR PURCHASE OF STATIONARY ITEMS IN DHQ HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
3. Price Schedules
Sr.
No. Particulars Price
1 Paper Legal size (80 grams)
2 Paper A4 Size (80 grams)
3 Paper A4 Size (70 grams)
4 Pointer (Black) German/Japanese
5 Pointer (Blue) German/Japanese
6 Pointer (Green) German/Japanese
7 Pointer (Red) German/Japanese
8 Ball Points (Black) Clipper Quality
9 Ball Points (Blue) Clipper Quality
10 Ball Points (Red) Clipper Quality
11 Highlighters Fine Quality
12 Lead Pencils (fine quality) 2HB
13 Sharpeners (Fine quality)
14 Rubber/Erasers (fine quality)
15 Permanent Marker (Black, Red)
16 Envelop Khaki Small
17 Envelop Khaki A4 size
18 Tags (Bundle of 50 pieces) length 6" (Fine quality)
19 Tags Big (Fine quality)
20 Stamp Pads (Large) Best quality
21 File Cover
22 Blank register 70No
23 Blank Register 50No
23 Staplers (Small) Imported Fine Quality
24 White Fluid
25 Stapler Pins (Small) 24/6
26 Common Pins (Fine Quality)
27 Double Punchers (Fine Quality)
28 Calculators (12 Digit) Imported
29 Attendance Register
30 Scotch Tape (Large, Small) fine quality 1" & 3"
31 Challan Form
32 Paper Clips (Small) & Large
33 Paper Punch for file Dory
34 Stamp Ink
35 Thumb Pins (Plastic Multi Color)
36 Cash Book
37 Gum(large)
38 Carbon Paper
39 C bill
40 Dock folder
Price should include all taxes and delivery charges
BIDDING DOCUMENTS FOR BEDDING CLOTHING
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE PURCHASE OF Bedding Clothing IN DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR.1200000/-
2. Last date for submission 21-08-2017 till 11:00 AM 3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
2. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored. No offer shall be considered if:-
a.The Tender/Tender Certificate is un-signed. b.It is received after the time & date fixed for its receipt.
c.The offer is ambiguous. d.The offer is conditional. e.The offer is from a firm blacklisted / suspended by the Government.
f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email.
h.The offer is for stores not conforming to the specifications indicated in the
Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 20000/- in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated
as per evaluation criteria. The financial bids of technically accepted bidders will be opened publically at a time to be announced by procuring agency and the
financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to
withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be
purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices
charged from any other purchase organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in
excess.
If this affidavit is not attached, the tender will not be accepted. (Very
Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must
accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital
Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on
the production of inspection note duly received and signed by the inspection committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied
reminder will be issued to supplier. If items are not supplied till second reminder contract will be canceled. Contract may be extended for further three months
after 30-06-18
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF Bedding ClothingIN DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL
YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2
The bidder should submit a certificate on legal stamp paper of Rs.100/-
that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of the Bedding Clothing and all the terms & conditions of your tender. Further through signing this tender, we accept all the above-mentioned terms and conditions
unconditionally.
We also hereby categorically confirm that the Bedding Clothing offered by us
are exactly to the same particulars and specifications as per laid down in the
tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our
tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS _________________________________________________
________________________________________________________________
_ ___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR PURCHASE OF BEDDING CLOTHING IN DHQ HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
PRICE SHEDULE
Sr.
No.
Name of Item Name of
Company
Rate
1 Bed Sheet (60x100) No.1 quality 1000-
1050 gm
2 Pillow Cover Best quality
3 Doctor Coat Best quality(Small+ Medium
+Large)
4 Towel 24”X48”(good Quality)
5 Mattress Size
78” X 39” X4”
,72”x36”x4”
6 Parda Cloth Best quality
7 Patient soot Pajama Shirt Best quality
8 Pillow cotton /Foam Best quality
9 Duster 24”X30” Best quality
10 Blanket 60X90, Best quality 2000 gm
11 Paramedical coat (Small+Medium
+Large) Best quality
12 Rexene cover Best quality 72x36x4
78x39x4
13 Operation draw sheet (36x72) Best
quality
14 Operation Gown Best quality
(small+Medium +Large)
15 Table Cloth Best quality Green
16 Derry Best quality
17 Aprin Rexene Best quality Brown
18 W.M.O Soot Pajama Shirt Best quality
(Medium +Large)
19 Operation Sheet Green 62x36
Price should include all taxes and delivery charges
BIDDING DOCUMENTS FOR LAUNDARY
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE LAUNDARY IN DISTRICT HEADQUARTER HOSPITAL
KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR.850000/-
2. Last date for submission 21-08-2017 till 11:00 AM 3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
3. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored.
No offer shall be considered if:- a.The Tender/Tender Certificate is un-signed.
b.It is received after the time & date fixed for its receipt. c.The offer is ambiguous.
d.The offer is conditional. e.The offer is from a firm blacklisted / suspended by the Government.
f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email.
h.The offer is for stores not conforming to the specifications indicated in the Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 10000/- in the shape of call deposit required to be attached
with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria. The financial bids of technically accepted bidders will
be opened publically at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to
the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of
award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA
Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to
withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be
purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices
charged from any other purchase organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in
excess.
If this affidavit is not attached, the tender will not be accepted. (Very
Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital
Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No
interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by
Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on the production of inspection note duly received and signed by the inspection
committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied
reminder will be issued to supplier. If items are not supplied till second reminder contract will be canceled. Contract may be extended for further three months after 30-06-18
EVALUATION CRITERIA OF TENDER FOR LAUNDARY IN DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2 The bidder should submit a certificate on legal stamp paper of Rs.100/- that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of the LAUNDARY and
all the terms & conditions of your tender. Further through signing this tender, we accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that the LAUNDARY offered by us are exactly to the same particulars and specifications as per laid down in the tender
enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our
tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS
_________________________________________________
________________________________________________________________
_ ___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR Laundary IN DHQ HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
4. Price Schedules
Price should include delivery charges and taxes
5. Sr. No. Name of Item Price Shedule
1 Bed Sheet
2 Pillow Cover
3 Coat
4 Towel
5 Mattrres Cloth Cover
6 Parda Cloth
7 Shirt
8 Pajama
9 Duster
10 Blanket
11 Derry
BIDDING DOCUMENTS FOR X-ray films, Fixer/developers
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE PURCHASE OF X-ray Films, Fixer/developers IN
DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR.2000000/- 2. Last date for submission 21-08-2017 till 11:00 AM
3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
6. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored. No offer shall be considered if:-
a.The Tender/Tender Certificate is un-signed. b.It is received after the time & date fixed for its receipt.
c.The offer is ambiguous. d.The offer is conditional. e.The offer is from a firm blacklisted / suspended by the Government.
f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email.
h.The offer is for stores not conforming to the specifications indicated in the
Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 40000/- in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated
as per evaluation criteria. The financial bids of technically accepted bidders will
be opened publically at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to
the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of
award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA
Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or
ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand
cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices charged from any other purchase organization in the Punjab and in case of any
discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
If this affidavit is not attached, the tender will not be accepted. (Very Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by
Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on the production of inspection note duly received and signed by the inspection
committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied
reminder will be issued to supplier. If items are not supplied till second reminder contract will be canceled. Contract may be extended for further three months after 30-06-18
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF X-ray films, Fixer/developers DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR
FINANCIAL YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2
The bidder should submit a certificate on legal stamp paper of Rs.100/-
that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of the X-ray films, Fixer/developers and all the terms & conditions of your tender. Further through
signing this tender, we accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that the X-ray films, Fixer/developers offered by us are exactly to the same particulars and
specifications as per laid down in the tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our
tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS
_________________________________________________
________________________________________________________________
_
___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR PURCHASE OF X-ray films, Fixer/Developers IN DHQ
HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
PRICE SHEDULE
Sr.
No.
Name of Item Size Paking Name of
Company
Rate
1. X-Ray Film SRK 14X17 -do- 1.FujiFilm
2.Konica
3. Agfa
etc
2 X-Ray Film SRK 14X14 -do- 1.FujiFilm
2.Konica
3. Agfa
etc
3 X-Ray Film SRK 12X15 100Sheets 1.FujiFilm
2.Konica
3. Agfa
etc
4 X-Ray Film SRK 10X12 -do- 1.FujiFilm
2.Konica
3. Agfa
etc
5 X-Ray Film SRK 8X10 -do- 1.FujiFilm
2.Konica
3. Agfa
etc
6 X-Ray Film SRK 6 ½ X 8
½
-do- 1.FujiFilm
2.Konica
3. Agfa
etc
7 X-Ray Developer
Liquid
_ 20Lit 1.FujiFilm
2.Konica
3. Agfa
etc
8 X-Ray Fixer Liquid _ 20Lit 1.FujiFilm
2.Konica
3. Agfa
etc
9 Remdol X-Ray
Developer
_ 10Lit 1.FujiFilm
2.Konica
3. Agfa
etc
10 Renfix
X-Ray Fixer
_ 10Lit 1.FujiFilm
2.Konica
3. Agfa
etc
11 X-Ray Cassette
with screen (Japan)
12x15 -
12 X-Ray Cassette
With Screen (Japan)
10x12 -
13 X-Ray Cassette with
Screen (Japan)
8x10 -
14 X-Ray Cassette with
Screen (Japan)
14x14
15 X-Ray Cassette with
Screen (Japan)
14x17
Price should include all taxes and delivery charges
BIDDING DOCUMENTS FOR LAB ITEMS
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE PURCHASE OF LAB ITEMS IN
DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR.1500000/-
2. Last date for submission 21-08-2017 till 11:00 AM 3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
7. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored. No offer shall be considered if:-
a.The Tender/Tender Certificate is un-signed. b.It is received after the time & date fixed for its receipt.
c.The offer is ambiguous. d.The offer is conditional.
e.The offer is from a firm blacklisted / suspended by the Government. f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email. h.The offer is for stores not conforming to the specifications indicated in the
Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any
item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 40000/- in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall
be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated
as per evaluation criteria. The financial bids of technically accepted bidders will be opened publically at a time to be announced by procuring agency and the
financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of
award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to
withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be
purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices
charged from any other purchase organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in
excess.
If this affidavit is not attached, the tender will not be accepted. (Very
Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must
accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital
Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No
interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on the production of inspection note duly received and signed by the inspection
committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied reminder will be issued to supplier. If items are not supplied till second reminder
contract will be canceled. Contract may be extended for further three months after 30-06-18
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF LAB ITEMS DISTRICT
HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2 The bidder should submit a certificate on legal stamp paper of Rs.100/- that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of the LAB ITEMS and all the terms & conditions of your tender. Further through signing this tender, we
accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that the LAB ITEMS offered by us are
exactly to the same particulars and specifications as per laid down in the tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS _________________________________________________
________________________________________________________________
_
___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR PURCHASE OF Lab Items IN DHQ HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
PRICE SHEDULE
Sr. No.
Name of Item Size Company Rate
1 W.P.C Pipette 1x10
2 E.S.R Pipette 1x10
3 H.B pipette U/L 1x10
4 H.B. Tube 1x10
5 Test Tube 3Inch
6 Test Tube 4Inch
7 Centrifuge Tube 4 Inch
8 Glass Sallied 01x72
9 N/Ten Solution 1x500ml
10 Sodium Citrate 1x500ml
11 W.B.C Solution 450ml 1x500ml
12 E.D.T Powder 250gm
13 E.S.R Stand 01x10
14 Benedict Solution 01x450ml
15 Nuaber Chamber (Germany)
01x01
16 Dia stick 01x100
17 Multi Stick 01x100
18 Beacker500ml 01x01
19 Beacker1000ml 01x01
20 Beacke250ml 01x01
21 Micro Yellow Tips 01x500
22 Micro Blue Tips 01x500
23 D/Water 10 Lt 10 liter
24 Spirit Lamp
25 Blood Suger (Reagents) 1000ml
26 Blood Urea (Reagents) 2x500ml
27 Creatinine (Reagents) 2x500ml
28 Uric Acid (Reagents) 250ml
29 Pregnancy Stick 01x100
30 Widal (o) (H) Kit 01x05ml
31 Serum Bill Rubin(Reagents)
01x225ml
32 S.G.P.t (Reagents) 500ml
33 S.G.O.T (Reagents) 500ml
34 Alkaline Phosphate 1x100ml
35 Hbs(Ag)Devices 1x40
36 H.C.V Devices 1x40
37 H.I.V Devices 1x40
38 Micro Scope Bulb 1x1
39 Micro Pipet 100Mirco Lt to1000Mirco ul
1x1
40 Micro pipet 10Mirco Lt to 100 Micro Ul
1x1
41 Micro pipet 05 Micro to 10 Micro Lt
1x1
42 Uric Acid meter with strips
43 Ceder Wood( oil Emertion)
1x250ml
44 Diamond Pencils. 01x01
45 R.A Factor Kit 10ml
46 Prickers 01x172
47 S-Albumin 1x100 ml
48 A.S.O.T 100 Test
49 C.R.P 10ml
50 NS.one(Dague Antigne) 1x25
51 Dengue (IgJ-Igm) 1x40
52 M.P. Divce
53 Gimisa Stain 1x100ml
54 Methanol 2.5 Litter
55 Xyline 500ml
56 Test Tube Rack Steel 8x3
57 Test Tube Rack Steel 4x36
58
One Call Plus Gluco Meter Strips 8x25 Pack Size
59 Haematology Ts 60 and Cell pack
60 HC-Deliunt 20 litter
61 HC-Cleaner 1000ml
62 HC-Lyse 1000ml
63 Cholesterol 100ml
64 Triglyceride 100ml
65 HDL Cholesterol 100ml
66 LDL 100ml
67 CK-NAC 100ml
68 CK-MB 100ml
69 Micro Lab 3000
70 LDH 100ml
71 Centrifuge Machine
72 Typhidat Igg/Igm 1x40
73 CBC Vail
74 Cloted Vail
75 Sysmes pack cell
Price should include all taxes and delivery charges
BIDDING DOCUMENTS FOR EQUIPMENTS
OFFICE OF THE MEDICAL SUPERINTENDENT DHQ HOSPITAL KHUSHAB
TENDER ENQUIRY FOR THE PURCHASE OF EQUIPMENTS IN
DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
1. Estimated cost of tender PKR./-800000
2. Last date for submission 21-08-2017 till 11:00 AM 3. Opening date 21-08-2017 12:00PM
TERMS AND CONDITIONS
8. Any offer not received as per terms & conditions of the tender enquiry will be liable
to be ignored.
No offer shall be considered if:- a.The Tender/Tender Certificate is un-signed.
b.It is received after the time & date fixed for its receipt. c.The offer is ambiguous.
d.The offer is conditional. e.The offer is from a firm blacklisted / suspended by the Government.
f.The offer received is of shorter validity than required in the Tender enquiry.
g.The offer is received through telegram/fax/email.
h.The offer is for stores not conforming to the specifications indicated in the Tender enquiry.
2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 10000/- in the shape of call deposit required to be attached
with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria. The financial bids of technically accepted bidders will
be opened publically at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to
the respective bidders.
5. The supplier should be well reputed.
6. The offer will remain valid up to 30th June 2018 from the date of issuance of
award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA
Rule No.38(2)(a), as follows:-
xvi. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
xvii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
xviii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
xix. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
xx. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
8. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
9. All the Bidders are required to submit the samples of each item (quoted
by them) for Technical Evaluation while submitting the Bids.
10. If the successful bidders fail to make supply as per orders within the stipulated
time / as per terms and conditions of the contract or they try to
withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be
purchased at the risks and cost of the bidder.
11. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices
charged from any other purchase organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in
excess.
If this affidavit is not attached, the tender will not be accepted. (Very
Important)
12. Cash receipt (in original) indicating of having purchased the Tender form must
accompany the offer.
13. Tenders should be addressed to the Medical Superintendent DHQ Hospital
Khushab.
14. Tenderers / firms should quote their final rates both in words & figures.
15. The successful bidder shall abide by all the conditions of the contract.
16. Alternate offers without separate tender documents will not be considered.16.No
interest shall be payable by the department on the securities.
17. The Committee reserves the right to reject any tender without assigning any reason.
18. The tenderer should indicate their income tax number GST registration certificate.
19. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Khushab.
20. Payment will be made by the Medical Superintendent DHQ Hospital Khushab on the production of inspection note duly received and signed by the inspection
committee / nominated officers.
21. Delivery Period will be Seven days. If during that period items are not supplied reminder will be issued to supplier. If items are not supplied till second reminder
contract will be canceled. Contract may be extended for further three months after 30-06-18
EVALUATION CRITERIA OF TENDER FOR PURCHASE
OF EQUIPMENTS DISTRICT HEADQUARTER HOSPITAL KHUSHAB FOR FINANCIAL YEAR 2017-18
TECHNICAL EVALUATION CRITERIA S.# Criteria / Assessment Eligibility of the Firm
1 Bid Security
2
The bidder should submit a certificate on legal stamp paper of Rs.100/-
that
their firm has not been blacklisted in the past on any grounds by any
Government(Federal/Provincial) and local body or a public sector
organization
3 Company profile
4 Bank statement/Balance Sheet
5 National Tax Number certificate
Income Tax Return of Last three years
6 References regarding supply of such items in Government Hospital
7 Bidder should submit a certificate to the effect that the required items will
be supplied of good quality
CERTIFICATE (TO BE SIGNED BY THE CONCERNED FIRM)
We hereby confirm to have read carefully the description of
the EQUIPMENTS and all the terms & conditions of your tender. Further through signing this tender, we accept all the above-mentioned terms and conditions
unconditionally.
We also hereby categorically confirm that the EQUIPMENTS offered by us are
exactly to the same particulars and specifications as per laid down in the tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found
lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender shall stand cancelled.
NAME __________________________________
___________
SIGNATURE _____________________________
___________
DESIGNATION ______________________________________
FIRM NAME &
ADDRESS _________________________________________________
_________________________________________________________________
___.
STAMP
OFFICE OF THE
MEDICAL SUPERINTENDENT
DHQ HOSPITAL KHUSHAB
TENDER FOR PURCHASE OF EQUIPMENTS IN DHQ HOSPITAL, KHUSHAB
FOR THE YEAR, 2017-18
PRICE SHEDULE
Sr. No. Name of Item Company Rate
1 B.P Apparatus Mercury (Dysk type)
2 B.P Apparatus Dial
3 Stethoscope
4 B.P Builb
5 B.P Cuff with Bladder
6 Oxygen Regulator
7 Nebulizer
8 Sucker Machine
9 Baby Weight Machine(Digital)
10 Adult Weight Machine(Digital)
11 Element 2000W
12 Element 4500 W
13 Sonycat
14 Halogen Bulb
15 Chest Electride
16 Ambubag Small, Large
17 Rebreathing Bag
Price should include delivery charges and taxes