OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Meeting Room WIC, Wazirabad
TENDER FOR THE PURCHASE OF STATIONARY ITEMS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from Manufacturers/Authorized
Distributor / Importers / Sole Agents of Foreign Principals / well reputed firms for the supply of Stationary Items &
Related Items on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding documents from purchase office of (Procurement & Supplies)
WIC, WAZIRABAD on submission of written application along with payment of non-refundable fee of Rs.1000/- (one
thousand only). Bidding documents shall be issued up to 30-03-2016 only during working hours.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in the shape of CDR as
Bid Security / Earnest Money in the shape of Deposit at Call in favor of Medical Superintendent WIC, WAZIRABAD is
required to be submitted with the Technical Bid, without which the offer shall be ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the interested bidders on 30-
03-2016 till 10:30 am positively in the Meeting Room WIC, Wazirabad. The bids received till the stipulated date 30-03-
2016 & time & shall be opened on the same day at 11:30 am in the presence of the bidders or their authorized
representatives.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
MEDICAL SUPERINTENDENT
WAZRIABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
INSTRUCTIONS TO BIDDERS
1. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign Principals, sole
distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a valid authorization from the Foreign
Principal / Manufacturer.
THE BIDDING PROCEDURE
2. Single Stage – Two Envelopes Bidding Procedure shall be applied: i. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to
avoid confusion.
iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.
iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without being opened.
v. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do not conform to
the specified requirements.
vi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
vii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the
bidders in advance.
viii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open
the financial proposals of the technically accepted bids only.
ix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
x. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
3. Content of Bidding Documents:
i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the
Invitation for Bids, the bidding documents shall include:-
a. Instructions to bidders
b. Schedule of Requirements
c. Technical Specifications
d. Contract Form
e. Manufacturer’s Authorization form
f. Proprietary Certificate in case of sole manufactured/Imported items
g. Bid Form
h. Price Schedule
i. Manufacturing License
j. Price Reasonability Certificate
k. Certificate on Stamp Paper of worth Rs.50/-
l. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the
bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid.
4. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the
hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no
later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the
hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective
bidders that have received the bidding documents.
5. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether
at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by
amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone,
and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in
preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of
bids.
PREPARATION OF BIDS
6. Documents Comprising the Bid: The bid shall comprise the following components:
(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(b) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to
perform the Contract if its bid is accepted;
(c) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible
goods and conform to the bidding documents; and
(d) Bid Security, if any furnished in accordance with instruction to bidders.
7. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding
documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
8. Bid Prices:
i. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the Contract.
ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be initialed. Every page is
to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may
be marked with red / yellow marker.
iii. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price
Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be
rejected.
iv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties,
where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing
taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
v. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
vi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind.
No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
9. Documents Establishing bidder’s Eligibility and Qualification: a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to
perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of
submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if
its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of
Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the
original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be
provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any
Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on
account of submission of false statement.
10. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the
bidding documents of all goods, which the bidder proposes to supply under the Contract.
11. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s) according to
the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be
considered in absence of samples and the offer will be rejected.
12. Bid Security: i. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the name of Medical
Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be
returned after successful completion of the contract.
ii. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s
forfeiture, pursuant to instruction to bidders.
iii. The Bid Security may be forfeited:
(a) If a bidder withdraws its bid during the period of bid validity; or
(b) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders.
OR
II. To complete the supplies in accordance with the General Condition of Contract.
13. Bid Validity: i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A
bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period.
However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all
those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not
more than the period equal to the period of the original bid validity.
iii. bidders who,-
(a) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the substance of their bids;
and
(b) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid
securities (earnest money).
14. Format and Signing of Bid: i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the
bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial
all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
15. Sealing and Marking of Bids: i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid
confusion. The inner and outer envelopes shall:
a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and;
b. Bear the name and number indicated in the Invitation for Bids.
ii. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared
as “non-responsive” or “late”.
iii. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no
responsibility for the bid’s misplacement or premature opening.
16. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later than the time and
date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for
the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and
obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
17. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.
18. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission
of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid
validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid
Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
19. Opening of Bids: i. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’ representatives who
choose to attend, at 11.30 AM on 30.03.2016 in the Meeting Room WIC, Wazirabad. The bidders’ representatives who are
present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL
PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
ii. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered
appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening,
except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time
and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security
and such other details, if considered appropriate shall be announced.
iii. The minutes of the bids opening (technical and financial) shall be recorded.
20. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification of its bid.
The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought,
offered, or permitted.
21. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
i. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price
and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be
corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If
there is a discrepancy between words and figures, the amount in words shall prevail.
ii. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived
provided such waiver does not prejudice or affect the relative ranking of any bidder.
iii. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction
of the non-conformity.
22. Evaluation & Comparison of Bids: i. Substantially responsive bids shall be evaluated and compared.
ii. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, previous experience,
financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered.
However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to
instruction to bidders and bid Security.
iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding
documents.
iv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are
in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA COMPULSORY PARAMETERS
Sr# Parameters Documents required 1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Valid NTN & GST Certificates
4 Undertaking that the firm does not stand blacklisted
by PPRA in any province for any product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be
verified from samples provided with the bid. Product
that comply 100% with the advertised specifications
and fulfill the requirements as per labeling and
packing rules 1986 shall be considered for evaluation.
Samples of quoted item.
6 The Bidder should be a firm registered with the Govt.
and should have a working company office in Lahore.
Office Address, Landline Telephone No.
Bank Account No. etc.
7 CNIC of owner / Chief Executive Copy of CNIC
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B
ORDINARY PARAMETER:
Sr# Parameters Documents required Total
Marks
Remarks
1 Past
Performance
(Last one year)
As per Bid
Form4
Major Institution Served
i No any institution served 0
20 Institutions include
government departments
and private hospitals. Last
year performance
certificate issued by the
competent authority of this
hospital be attached.
Ii 1 2
Iii 2 to 3 5
Iv 4 to 5 8
V 6 and above 10
vi
Last year performance of
this hospital 10
2 Market
experience in
quoted items
i 1-3 years 2
ii 3-5 years 10
iii Above 5 years 15
15 Bidders having less than 1
year experiences are
ineligible. Experience will
be confirmed from the date
of registration with sales
tax department.
Total Marks 35 Qualifying Marks 20
23. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any
time, that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
24. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid.
The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its
rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards
bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned
bidders that submitted bids.
25. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
26. Acceptance of Bid and Award criteria:
A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the
Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid
validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the
total awarded price.
27. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling
and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product
to the hospital.
B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption
however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the medicines
in view of the availability of the budget therefore, revision of the quantity of the stock is not objectionable / challengeable
in any Court of Law.
28. Inspections and Test / Analysis: i) The inspection committee shall inspect the quantity, specifications of goods.
ii) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as
required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the
unconsumed expired stores without any further charges.
iii) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall
be paid by the Firm.
iv) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,
Incineration.
v) If the Goods supplied are found during physical examination / inspection to be against the required specifications,
approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace
the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications
free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of
communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the
Inspection Committee again declare the item as of against the required specifications, the supply would completely be
rejected and the proportionate amount of security of the concerned installment would be forfeited to the government
account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be
blacklisted minimum for two years.
29. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and
fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your
firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
30. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
31. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
32. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the
prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions
impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its
likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for
performance, with or without liquidated damages, in which case the extension shall be granted by the Medical
Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to
the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated
damages.
33. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special
Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions
of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider
termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e.
burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk
purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
34. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver
any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or
if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the
Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the
firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase
the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/
cancellation of contract/blacklisting of the defaulting firm.
a. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR
in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall
not be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be
considered or carried forward.
35. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the
conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically
check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency,
pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After
inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
36. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.
(i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch
No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount
(iii) In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the
cost of late delivered supply shall be imposed upon the Supplier.
37. Arbitration and Resolution of Disputes: -
In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable
in any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab
Procurement Rules, notified on 13th Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate of National Tax Number ___
GST Certificate ___
Samples of quoted item ___
Technical Bid separate envelope ___
Financial Bid (separate envelop) ___
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH RS.50/-
1. We hereby confirm that we have read carefully the description of the items and all the terms and conditions
of your Tender enquiry for the supply of Tender Stationary items for the year 2015-16 as advertised in the
tender notice as well as those contained in the Bid Performa and the Punjab Procurement Rules, 2014
(PPRA-2014). We agree to abide by all instructions / conditions.
2. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of
Punjab, the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a
firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the
“Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm
name) being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required
item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:-
a. Price Schedule submitted by the bidder,
b. Technical Specifications; c. General Conditions of Contract;
d. Special Conditions of Contract; and
e. Procuring Agency’s Award of contract; and f. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in
conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid
shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other
instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive
jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference
shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,
Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place)
and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM
Validity
Date: ______
No. _______
To
The Medical Superintendent
Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any time
before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a binding
Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF STATIONARY ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION OFFERED BRAND
NAME
PACK SIZE
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF STATIONARY ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION
OFFERED
BRAND NAME
PACK
SIZE
PRICE
OFFERED
PER PACK
UNIT PRICE
IN FIGURES
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR STATIONARY
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order (without
penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
TENDER FOR THE PURCHASE OF STATIONARY STORE
ITEMS FOR THE FINANCIAL YEAR 2015-2016
Head Store Keeper Officer Superintendent DMS (Purchase)
Medical Superintendent
Wazirabad Institute of Cardiology
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Meeting Room WIC, WAZIRABAD
TENDER FOR THE PURCHASE OF GENERAL STORE ITEMS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from
Manufacturers/Authorized Distributor / Importers / Sole Agents of Foreign Principals / well reputed firms
for the supply of General Store Items & Related Items on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding documents from purchase office procurement &
Supplies) WIC, WAZIRABAD on submission of written application along with payment of non-refundable fee
of Rs.1000/- (one thousand only). Bidding documents shall be issued up to 30-03-2016 only during working
hours.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in the
shape of CDR as Bid Security / Earnest Money in the shape of Deposit at Call in favor of Medical
Superintendent WIC, WAZIRABAD is required to be submitted with the Technical Bid, without which the
offer shall be ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the interested
bidders on 30-03-2016 till 10:30 am positively in the Meeting Room WIC, WAZIRABAD. The bids received till
the stipulated date 30-03-2016 & time & shall be opened on the same day at 11:30 am in the presence of
the bidders or their authorized representatives.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
INSTRUCTIONS TO BIDDERS
38. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign Principals,
sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a valid authorization
from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
39. Single Stage – Two Envelopes Bidding Procedure shall be applied: xi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. xii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to
avoid confusion. xiii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. xiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without being
opened. xv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do
not conform to the specified requirements. xvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
xvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
xviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
xix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
xx. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
40. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In
addition to the Invitation for Bids, the bidding documents shall include:-
m. Instructions to bidders n. Schedule of Requirements o. Technical Specifications p. Contract Form q. Manufacturer’s Authorization form r. Proprietary Certificate in case of sole manufactured/Imported items s. Bid Form t. Price Schedule u. Manufacturing License v. Price Reasonability Certificate w. Certificate on Stamp Paper of worth Rs.50/- x. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement
Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
41. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may
notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
42. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of
the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
43. Documents Comprising the Bid: The bid shall comprise the following components:
(e) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(f) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(g) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(h) Bid Security, if any furnished in accordance with instruction to bidders.
44. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in
the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
45. Bid Prices:
vii. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the Contract.
viii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
ix. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
x. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xi. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder. xii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should
be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
46. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
47. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and
conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
48. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s)
according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
49. Bid Security: iv. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the name of
Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
v. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
vi. The Bid Security may be forfeited: (c) If a bidder withdraws its bid during the period of bid validity; or (d) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
II. To complete the supplies in accordance with the General Condition of Contract.
50. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (c) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (d) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
51. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
52. Sealing and Marking of Bids: iv. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to
avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
v. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
vi. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
53. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later than the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
54. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened
to the bidder.
55. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed
for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
56. Opening of Bids: iv. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Meeting Room WIC, WAZIRABAD. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
v. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
vi. The minutes of the bids opening (technical and financial) shall be recorded.
57. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification
of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
58. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have been
made, whether required sureties have been furnished, whether the documents have been properly signed, and whether
the bids are generally in order.
iv. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
v. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
vi. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
59. Evaluation & Comparison of Bids: v. Substantially responsive bids shall be evaluated and compared.
vi. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
vii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
viii. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA COMPULSORY PARAMETERS
Sr# Parameters Documents required 1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Valid NTN & GST Certificates
4 Undertaking that the firm does not stand blacklisted by PPRA in any province for any product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be verified from samples provided with the bid. Product that comply 100% with the advertised specifications and fulfill the requirements as per labeling and packing rules 1986 shall be considered for evaluation.
Samples of quoted item.
6 The Bidder should be a firm registered with the Govt. and should have a working company office in Lahore.
Office Address, Landline Telephone No. Bank Account No. etc.
7 CNIC of owner / Chief Executive Copy of CNIC
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B
ORDINARY PARAMETER:
Sr# Parameters Documents required Total Marks
Remarks
1 Past Performance (Last one year) As per Bid Form4
Major Institution Served
i No any institution served 0
Ii 1 2
Iii 2 to 3 5
Iv 4 to 5 8
V 6 and above 10
vi Last year performance of this hospital 10
20 Institutions include government departments and private hospitals. Last year performance certificate issued by the competent authority of this hospital be attached.
2 Market experience in quoted items
i 1-3 years 2
ii 3-5 years 10
iii Above 5 years 15
15 Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of registration with sales tax department.
Total Marks 35 Qualifying Marks 20
Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time, that the
information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
60. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid. The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
61. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
62. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the
Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
63. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and
Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption
however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the
medicines in view of the availability of the budget therefore, revision of the quantity of the stock is not objectionable /
challengeable in any Court of Law.
64. Inspections and Test / Analysis: v) The inspection committee shall inspect the quantity, specifications of goods. vi) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications
as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
vii) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
viii) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
v) If the Goods supplied are found during physical examination / inspection to be against the required specifications,
approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace
the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications
free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of
communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the
Inspection Committee again declare the item as of against the required specifications, the supply would completely be
rejected and the proportionate amount of security of the concerned installment would be forfeited to the government
account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall
be blacklisted minimum for two years.
65. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
66. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
67. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
68. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the
prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
69. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in
Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
70. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. b. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR
in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall not
be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be
considered or carried forward.
71. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the
conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
72. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch No,
Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount
(iii) In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the cost
of late delivered supply shall be imposed upon the Supplier.
73. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable in
any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab
Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate of National Tax Number ___
GST Certificate ___
Samples of quoted item ___
Technical Bid separate envelope ___
Financial Bid (separate envelop) ___
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH R.50/-
4. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of Tender General Store items for the year 2015-16 as
advertised in the tender notice as well as those contained in the Bid Performa and the Punjab
Procurement Rules, 2014 (PPRA-2014). We agree to abide by all instructions / conditions.
5. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
6. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab,
the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name)
being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item
(s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,
viz:-
g. Price Schedule submitted by the bidder, h. Technical Specifications; i. General Conditions of Contract; j. Special Conditions of Contract; and k. Procuring Agency’s Award of contract; and l. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein
in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF GENERAL STORE ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION OFFERED BRAND NAME
PACK SIZE
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF GENERAL STORE ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION
OFFERED BRAND
NAME
PACK
SIZE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR GNERAL STORE ITEMS
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
TENDER FOR THE PURCHASE OF GENERAL STORE ITEMS FOR THE FINANCIAL
YEAR 2015-2016
Head Store Keeper Office Superintendent DMS (Purchase)
Medical Superintendent Wazirabad Institute of Cardiology
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Meeting Room WIC, WAZIRABAD
TENDER FOR THE PURCHASE OF BUILDING / ELECTRICAL ITEMS FOR THE FINANCIAL YEAR 2015-
2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from
Manufacturers/Authorized Distributor / Importers / Sole Agents of Foreign Principals / well reputed
firms for the supply of General Store Items & Related Items on Free Delivery to Consignee’s end
basis.
1. Interested eligible bidders may get the bidding documents from purchase office
WIC, WAZIRABAD on submission of written application along with payment of non-refundable fee of
Rs.1000/- (one thousand only). Bidding documents shall be issued up to 30-03-2016 only during
working hours.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in
the shape of CDR as Bid Security / Earnest Money in the shape of Deposit at Call in favor of Medical
Superintendent WIC, WAZIRABAD is required to be submitted with the Technical Bid, without which
the offer shall be ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on 30-03-2016 till 10:30 am positively in the Meeting Room WIC, WAZIRABAD. The
bids received till the stipulated date 30-03-2016 & time & shall be opened on the same day at 11:30
am in the presence of the bidders or their authorized representatives.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY
WAZIRABAD
INSTRUCTIONS TO BIDDERS
74. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign
Principals, sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a
valid authorization from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
75. Single Stage – Two Envelopes Bidding Procedure shall be applied: xxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. xxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. xxiii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. xxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without
being opened. xxv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal
which do not conform to the specified requirements. xxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
xxvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
xxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
xxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
xxx. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
76. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents.
In addition to the Invitation for Bids, the bidding documents shall include:-
y. Instructions to bidders z. Schedule of Requirements aa. Technical Specifications bb. Contract Form cc. Manufacturer’s Authorization form dd. Proprietary Certificate in case of sole manufactured/Imported items ee. Bid Form ff. Price Schedule gg. Manufacturing License hh. Price Reasonability Certificate ii. Certificate on Stamp Paper of worth Rs.50/- jj. General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
77. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
78. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may
modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
79. Documents Comprising the Bid: The bid shall comprise the following components:
(i) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(j) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(k) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(l) Bid Security, if any furnished in accordance with instruction to bidders.
80. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule
furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
81. Bid Prices:
xiii. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the
Contract. xiv. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be
initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
xv. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
xvi. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xvii. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xviii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
82. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
83. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility
and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
84. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted
product(s) according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
85. Bid Security: vii. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the
name of Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
viii. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
ix. The Bid Security may be forfeited: (e) If a bidder withdraws its bid during the period of bid validity; or (f) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
II. To complete the supplies in accordance with the General Condition of Contract.
86. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (e) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (f) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
87. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
88. Sealing and Marking of Bids: vii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
viii. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
ix. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
89. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later
than the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
90. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.
91. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline
prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
92. Opening of Bids: vii. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Meeting Room WIC, WAZIRABAD. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing
their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
viii. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
ix. The minutes of the bids opening (technical and financial) shall be recorded.
93. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
94. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have
been made, whether required sureties have been furnished, whether the documents have been properly signed,
and whether the bids are generally in order.
vii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
viii. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
ix. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
95. Evaluation & Comparison of Bids: ix. Substantially responsive bids shall be evaluated and compared. x. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test
reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
xi. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
xii. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA COMPULSORY PARAMETERS
Sr# Parameters Documents required 1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Valid NTN & GST Certificates
4 Undertaking that the firm does not stand blacklisted by PPRA in any province for any product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be verified from samples provided with the bid. Product that comply 100% with the advertised specifications and fulfill the requirements as per labeling and packing rules 1986 shall be considered for evaluation.
Samples of quoted item.
6 The Bidder should be a firm registered with the Govt. and should have a working company office in Lahore.
Office Address, Landline Telephone No. Bank Account No. etc.
7 CNIC of owner / Chief Executive Copy of CNIC
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B
ORDINARY PARAMETER:
Sr# Parameters Documents required Total Marks
Remarks
1 Past Performance (Last one year) As per Bid Form4
Major Institution Served
i No any institution served 0
Ii 1 2
Iii 2 to 3 5
Iv 4 to 5 8
V 6 and above 10
vi Last year performance of this hospital 10
20 Institutions include government departments and private hospitals. Last year performance certificate issued by the competent authority of this hospital be attached.
2 Market experience in quoted items
i 1-3 years 2
ii 3-5 years 10
iii Above 5 years 15
15 Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of registration with sales tax department.
Total Marks 35 Qualifying Marks 20
96. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time, that the
information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
97. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid.
The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
98. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
99. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the
Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
100. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and
Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption
however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the
medicines in view of the availability of the budget therefore, revision of the quantity of the stock is not objectionable /
challengeable in any Court of Law.
101. Inspections and Test / Analysis: ix) The inspection committee shall inspect the quantity, specifications of goods. x) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications
as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
xi) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
xii) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
v) If the Goods supplied are found during physical examination / inspection to be against the required specifications,
approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace
the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications
free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of
communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the
Inspection Committee again declare the item as of against the required specifications, the supply would completely be
rejected and the proportionate amount of security of the concerned installment would be forfeited to the government
account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall
be blacklisted minimum for two years.
102. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
103. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
104. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
105. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay,
its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
106. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in
Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
107. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. c. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR
in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall not
be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be
considered or carried forward.
108. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
109. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch No,
Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount
(iii) In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the cost
of late delivered supply shall be imposed upon the Supplier.
110. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable in
any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab
Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate of National Tax Number ___
GST Certificate ___
Samples of quoted item ___
Technical Bid separate envelope ___
Financial Bid (separate envelop) ___
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH RS.50/-
7. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of Tender Building / Electrical Items for the year 2015-16
as advertised in the tender notice as well as those contained in the Bid Performa and the Punjab
Procurement Rules, 2014 (PPRA-2014). We agree to abide by all instructions / conditions.
8. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
9. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab,
the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name)
being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item
(s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,
viz:-
m. Price Schedule submitted by the bidder, n. Technical Specifications; o. General Conditions of Contract; p. Special Conditions of Contract; and q. Procuring Agency’s Award of contract; and r. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein
in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF BUILDING / ELECTRICAL ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION OFFERED BRAND NAME
PACK SIZE
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_____________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF BUILDING / ELECTRICAL ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION
OFFERED BRAND
NAME
PACK
SIZE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR BUILDING / ELECTRICAL ITEMS
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
TENDER FOR THE PURCHASE OF BUILDING / ELECTRICAL ITEMS FOR THE
FINANCIAL YEAR 2015-2016
Head Store Keeper Office Superintendent DMS (Purchase)
Medical Superintendent Wazirabad Institute of Cardiology
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Conference Room WIC, WAZIRABAD
TENDER FOR THE PURCHASE OF LINEN STORE ITEMS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from
Manufacturers/Authorized Distributor / Importers / Sole Agents of Foreign Principals / well reputed
firms for the supply of Linen Items & Related Items on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding documents from purchase office WIC,
WAZIRABAD on submission of written application along with payment of non-refundable fee of
Rs.1000/- (one thousand only). Bidding documents shall be issued up to 30-03-2016 only during
working hours.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in
the shape of CDR as Bid Security / Earnest Money in the shape of Deposit at Call in favor of Medical
Superintendent WIC, WAZIRABAD is required to be submitted with the Technical Bid, without which
the offer shall be ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on 30-03-2016 till 10.30 am positively in the Conference room WIC, WAZIRABAD.
The bids received till the stipulated date 30-03-2016 & time & shall be opened on the same day at
11:30 am in the presence of the bidders or their authorized representatives.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY,
WAZIRABAD
INSTRUCTIONS TO BIDDERS
111. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign
Principals, sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a
valid authorization from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
112. Single Stage – Two Envelopes Bidding Procedure shall be applied: xxxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. xxxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. xxxiii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. xxxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without
being opened. xxxv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal
which do not conform to the specified requirements. xxxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
xxxvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
xxxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
xxxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
xl. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
113. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents.
In addition to the Invitation for Bids, the bidding documents shall include:-
kk. Instructions to bidders ll. Schedule of Requirements mm. Technical Specifications nn. Contract Form oo. Manufacturer’s Authorization form pp. Proprietary Certificate in case of sole manufactured/Imported items qq. Bid Form rr. Price Schedule ss. Manufacturing License tt. Price Reasonability Certificate uu. Certificate on Stamp Paper of worth Rs.50/- vv. General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
114. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
115. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may
modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
116. Documents Comprising the Bid: The bid shall comprise the following components:
(m) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(n) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(o) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(p) Bid Security, if any furnished in accordance with instruction to bidders.
117. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule
furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
118. Bid Prices:
xix. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the
Contract. xx. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be
initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
xxi. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
xxii. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xxiii. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xxiv. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
119. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
120. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility
and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
121. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted
product(s) according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
122. Bid Security: x. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the
name of Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
xi. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
xii. The Bid Security may be forfeited: (g) If a bidder withdraws its bid during the period of bid validity; or (h) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
To complete the supplies in accordance with the General Condition of Contract.
123. Bid Validity: i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid,
prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive. ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated
bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (g) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (h) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
124. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
125. Sealing and Marking of Bids: x. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
xi. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
xii. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
126. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later
than the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
127. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned
unopened to the bidder.
128. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
129. Opening of Bids: x. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Conference Room WIC, WAZIRABAD. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing
their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
xi. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
xii. The minutes of the bids opening (technical and financial) shall be recorded.
130. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
131. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have
been made, whether required sureties have been furnished, whether the documents have been properly signed,
and whether the bids are generally in order.
x. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
xi. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
xii. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
132. Evaluation & Comparison of Bids: xiii. Substantially responsive bids shall be evaluated and compared. xiv. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test
reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
xv. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
xvi. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA COMPULSORY PARAMETERS
Sr# Parameters Documents required 1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Valid NTN & GST Certificates
4 Undertaking that the firm does not stand blacklisted by PPRA in any province for any product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be verified from samples provided with the bid. Product that comply 100% with the advertised specifications and fulfill the requirements as per labeling and packing rules 1986 shall be considered for evaluation.
Samples of quoted item.
6 The Bidder should be a firm registered with the Govt. and should have a working company office in Lahore.
Office Address, Landline Telephone No. Bank Account No. etc.
7 CNIC of owner / Chief Executive Copy of CNIC
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B
ORDINARY PARAMETER:
Sr# Parameters Documents required Total Marks
Remarks
1 Past Performance (Last one year) As per Bid Form4
Major Institution Served
i No any institution served 0
Ii 1 2
Iii 2 to 3 5
Iv 4 to 5 8
V 6 and above 10
vi Last year performance of this hospital 10
20 Institutions include government departments and private hospitals. Last year performance certificate issued by the competent authority of this hospital be attached.
2 Market experience in quoted items
i 1-3 years 2
ii 3-5 years 10
iii Above 5 years 15
15 Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of registration with sales tax department.
Total Marks 35 Qualifying Marks 20
133. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time, that the
information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
134. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid.
The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
135. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
136. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the
Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
137. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and
Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption
however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the
medicines in view of the availability of the budget therefore, revision of the quantity of the stock is not objectionable /
challengeable in any Court of Law.
138. Inspections and Test / Analysis: xiii) The inspection committee shall inspect the quantity, specifications of goods. xiv) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
xv) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
xvi) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
v) If the Goods supplied are found during physical examination / inspection to be against the required specifications,
approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace
the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications
free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of
communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the
Inspection Committee again declare the item as of against the required specifications, the supply would completely be
rejected and the proportionate amount of security of the concerned installment would be forfeited to the government
account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall
be blacklisted minimum for two years.
139. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
140. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
141. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
142. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay,
its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
143. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in
Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
144. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. d. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR
in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall not
be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be
considered or carried forward.
145. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
146. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch No,
Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount
(iii) In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the cost
of late delivered supply shall be imposed upon the Supplier.
147. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable in
any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab
Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate of National Tax Number ___
GST Certificate ___
Samples of quoted item ___
Technical Bid separate envelope ___
Financial Bid (separate envelop) ___
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH Rs.50/-
10. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of Tender Linen items for the year 2015-16 as advertised
in the tender notice as well as those contained in the Bid Performa and the Punjab Procurement Rules,
2014 (PPRA-2014). We agree to abide by all instructions / conditions.
11. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
12. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab,
the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name)
being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item
(s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,
viz:-
s. Price Schedule submitted by the bidder, t. Technical Specifications; u. General Conditions of Contract; v. Special Conditions of Contract; and w. Procuring Agency’s Award of contract; and x. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein
in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF LINEN ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION OFFERED BRAND NAME
PACK SIZE
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF LINEN ITEMS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION
OFFERED BRAND
NAME
PACK
SIZE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR DRUGS/MEDICINES
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
TENDER FOR THE PURCHASE OF LINEN ITEMS FOR THE FINANCIAL
YEAR 2015-2016
Head Store Keeper Office Superintendent DMS (Purchase)
Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Conference Room WIC, WAZIRABAD
TENDER FOR THE PURCHASE OF LABORATORY KITS, REAGENTS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from Manufacturers /
Authorized distributors / Importers / Sole Agents of Foreign Principals / well reputed firms for the
supply of Laboratory kits, Reagents & Chemicals on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding documents from Pharmacist office WIC,
WAZIRABAD on submission of written application along with payment of non-refundable fee of
Rs.1000/- (One thousand only). Bidding documents shall be issued up to 30-03-2016, at 10:30 am.
2. Single stage two envelopes bidding procedure shall be applied. The amount 2% as Bid
Security / Earnest Money in the shape of Deposit at Call in favor of Medical Superintendent WIC,
WAZIRABAD is required to be submitted with the Technical Bid without which the offer shall be
ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on 30-03-2016till 10.30 am positively in the Conference room of WIC,
WAZIRABAD. The bids received till the stipulated date 30-03-2016 & time shall be opened on the
same day at 11:30 am in the presence of the bidders or their authorized representatives.
4. The whole procurement will Governed and finalized under PPRA rules 2014.
5. Only manufacturer / distributor or there sole agents can participate. Letter from principal /
manufacture / importer is an essential part of the bid.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
INSTRUCTIONS TO BIDDERS
148. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign
Principals, sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a
valid authorization from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
149. Single Stage – Two Envelopes Bidding Procedure shall be applied: xli. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. xlii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. xliii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. xliv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without
being opened. xlv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal
which do not conform to the specified requirements. xlvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
xlvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
xlviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
xlix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
l. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
150. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents.
In addition to the Invitation for Bids, the bidding documents shall include:-
ww. Instructions to bidders xx. Schedule of Requirements yy. Technical Specifications zz. Contract Form aaa. Manufacturer’s Authorization form bbb. Proprietary Certificate in case of sole manufactured/Imported items ccc. Bid Form ddd. Price Schedule eee. Manufacturing License fff. Price Reasonability Certificate ggg. Certificate on Stamp Paper of worth Rs.50/- hhh. General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
151. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
152. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for
any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
153. Documents Comprising the Bid: The bid shall comprise the following components:
(q) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(r) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(s) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(t) Bid Security, if any furnished in accordance with instruction to bidders.
154. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
155. Bid Prices:
xxv. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the
Contract. xxvi. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be
initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
xxvii. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
xxviii. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xxix. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xxx. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
156. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
g. The bidder should have minimum Five-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.
h. The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they have quoted their rates in the Financial Proposals.
i. The bidder must indicate the registration number, make of country of origin / Manufacturer.
157. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility
and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
158. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s) according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
159. Bid Security: xiii. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the
name of Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
xiv. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
xv. The Bid Security may be forfeited: (i) If a bidder withdraws its bid during the period of bid validity; or (j) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
II. To complete the supplies in accordance with the General Condition of Contract.
160. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (i) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (j) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
161. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
162. Sealing and Marking of Bids: xiii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
xiv. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
xv. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
163. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later
than the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance
with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
164. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.
165. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline
prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
166. Opening of Bids: xiii. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Conference Room WIC, WAZIRABAD. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
xiv. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
xv. The minutes of the bids opening (technical and financial) shall be recorded.
167. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
168. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have
been made, whether required sureties have been furnished, whether the documents have been properly signed,
and whether the bids are generally in order.
xiii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
xiv. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
xv. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
169. Evaluation & Comparison of Bids: xvii. Substantially responsive bids shall be evaluated and compared.
xviii. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
xix. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
xx. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA PART A: COMPULSORY PARAMETERS
Sr# Parameters Documents required
1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Attach valid NTN & GST Certificates
4 Undertaking that the firm does not stand
blacklisted by PPRA in any province for any
product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be
verified from samples provided with the bid.
Product that comply 100% with the advertised
specifications and fulfill the requirements as per
labeling and packing rules 1986 shall be
considered for evaluation.
Samples of quoted item.
6 Authorized distributor / sole agent /
manufacturer
i). Letter of authorization from manufacturer
ii). Manufacturing license in case of
manufacturer if applicable
i
Note: only eligible firms from compulsory parameters will be scrutinized further for part-B
Part-B:
ORDINARY PARAMETER:
Sr.# Parameters Detail Total
Marks
Remarks
1. Past Performance of the Bidder (Last Two Years) As Per Bid Form 4
Major Govt. Institutions Served, Past performance, contract execution:
i. 2 to 3 major institution
10
Major private Labs served
i. 1 to 2 10
20
The claim requires documentation (Purchase Orders, Receipt Certificates & Delivery Challans etc.) from the concerned institution.
2. Market Experience of Quoted product.
i. 2 to 3 years 10
Good Performance Certificate from HOD of major institute
i. 1 to 2 5
15
The Market experience will not go beyond the date of registration. Experience will be confirmed from the date of Registration.
3. Financial Status
i. Audited Balance Sheet
05
ii. Tax Returns (Last 3 Years)
05
iii. Bank Certificate4 05
15
Bank Statements are not required. Bidder can provide more than one Bank certificates.
4. Credibility of products
i. ISO Certificate 05
ii. International Certificate
10
15
Attach Certificates
5. Office in Lahore Company must have running office based in Lahore
10 Attach Proof
Tota Total Marks: 75 Qualifying Marks: 60
The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring
Agency and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders
170. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time,
that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
171. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of
a bid. The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
172. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
173. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of
the Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
174. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on quarterly basis with revised
quantity of the medicines in view of the availability of the budget therefore, revision of the quantity of the stock
is not objectionable / challengeable in any Court of Law.
175. Inspections and Test / Analysis: xvii) The inspection committee shall inspect the quantity, specifications of goods after receipt of standard quality
report from Drugs Testing Laboratory concerned. The cost of the lab tests shall be borne by the Supplier. xviii) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
xix) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
xx) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
176. Chemical and physical examination of medicines: I All the Drugs / Medicines shall be acceptable subject to chemical and physical examination. The chemical
examination shall be carried out through the Provincial Drugs Testing Laboratories. The Inspection Committee
constituted by the Consignee shall carry out the physical examination after receipt of supplies and standard
test/ analysis report of the lab. If the facility for test / analysis is not available with the Laboratories, the batch
release certificate and test analysis report of quality control / quality assurance department of the
manufacturer shall be relied upon.
II If the Goods supplied are found during physical examination / inspection to be against the required
specifications, approved samples, etc, even if it is of standard quality, the goods may be rejected, and the
Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of
observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must
be completed within 45 days from the date of communication of decision to the Manufacturer / Supplier by
the Hospital. In case after replacement or alteration, the Inspection Committee again declare the item as of
against the required specifications, the supply would completely be rejected and the proportionate amount of
security of the concerned installment would be forfeited to the government account and the firm shall be
blacklisted minimum for one year. However, if the entire supplies/ installments are declared as of against the
required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted
minimum for two years.
177. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
178. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the
Supplier.
179. Warranty: The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A in accordance
with the provision of the Drugs Act, 1976 and rules framed there under. The Hospital shall promptly notify the Supplier in writing of any claims arising under this warranty.
180. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this
Contract.
181. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance
with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
182. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified
in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
183. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. e. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit
the security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape
of CDR in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid
Security shall not be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if
available, shall not be considered or carried forward.
184. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with
the conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
185. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods
to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s),
Registration No, manufacturing and expiry date and quantity.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description,
Batch No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
a. In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of
the cost of late delivered supply shall be imposed upon the Supplier.
186. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not
challengeable in any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the
Punjab Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Suppliers authorization letter ___
Price reasonability certificate ___
Sole Proprietary Certificate in case of items of Propriety nature. ___
Letter of authorization form the manufacturer / Foreign Principal ___
in case of Sole agent / Importer.
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate duly filled (attached along with tender at Page no.8) ___
Certificate of National Tax Number ___
Samples of quoted item ___
Technical bid (separate envelop) ___
Financial Bid (separate envelop) ___
Copy of the Technical Bid (Technical ___
Proposal envelop)
Copy of the Financial Bid (Financial ___
Proposal envelop)
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH Rs.50/-
13. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of Lab Kits & chemicals for the year 2015-16 as
advertised in the tender notice as well as those contained in the Bid Performa and the Punjab
Procurement Rules, 2014 (PPRA-2014). We agree to abide by all instructions / conditions.
14. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
15. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
16. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of
Punjab, the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s
(firm name) being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to
supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the
supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to
them in the General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this
Contract, viz:-
y. Price Schedule submitted by the bidder, z. Technical Specifications; aa. General Conditions of Contract; bb. Special Conditions of Contract; and cc. Procuring Agency’s Award of contract; and dd. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and
to remedy defects therein in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the
Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may
become payable under the provisions of this Contract at the time and in the manner prescribed by this
Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not
making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this
declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other
obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and
remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the
option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be
settled through arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole
arbitrator. The decisions taken and/or award made by the sole arbitrator shall be final and binding on the
Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized
Person
Signed/ Sealed by Procuring Agency
1 ________________________________ 1
_________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: _______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF LAB KITS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF
ITEM
SPECIFICATION DRUG
REGISTRATION
NUMBER
OFFERED BRAND NAME PACK SIZE
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF LAB KITS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
TENDER ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION
DRUG
REGISTRATION
NUMBER
OFFERED BRAND
NAME
PACK
SIZE
RETAIL
PRICE
TRADE
PRICE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
TENDER FOR THE PURCHASE OF LAB KITS & CHEMICALS
FOR THE FINANCIAL YEAR 2015-16
Lab Technician Office Superintendent
DMS (Purchase)
Medical Superintendent
Wazirabad Institute of Cardiology
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Meeting Room WIC, Wazirabad
TENDER MEDICINE BULK PURCHASE INJECTABLES/TABLETS/CAPSULES/SYRUPS /DRUGS
ETC
FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from Manufacturers / Importers /
Sole Agents of Foreign Principals and sole distributors of local manufacturers for the supply of Medicines Bulk
Injectable / Tablets / Capsules / Syrups / Drugs etc. on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding document from the Accounts office of WIC,
WAZIRABAD on submission of written application along with payment of non-refundable fee of Rs.1000/-
(One Thousand only). Bidding documents shall be issued up to 30.03.2016 at 10:30 AM.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in the
shape of Call Deposit in favor of Medical Superintendent WIC, WAZIRABAD is required to be submitted with
the Technical Bid, without which the offer shall be ignored.
3. The last date of submission of sealed tenders is 30.03.2016 at 10:30 AM positively in the Conference
room of WIC, WAZIRABAD and the bids will be opened at 11:30 AM on the same date in the presence of the
representative of the firms who choose to attend.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
5. Only manufacturer / distributor or their sole agents can participate. Letter from principal /
manufacture / importer is an essential part of the bid.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
INSTRUCTIONS TO BIDDERS
187. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign Principals, sole
distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a valid authorization from the Foreign
Principal / Manufacturer.
THE BIDDING PROCEDURE
188. Single Stage – Two Envelopes Bidding Procedure shall be applied: li. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR.
lii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion.
liii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened.
liv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without being
opened.
lv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which do not
conform to the specified requirements.
lvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
lvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated
to the bidders in advance.
lviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period,
publicly open the financial proposals of the technically accepted bids only.
lix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
lx. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
189. Content of Bidding Documents:
i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the
Invitation for Bids, the bidding documents shall include:-
iii. Instructions to bidders
jjj. Schedule of Requirements
kkk. Technical Specifications
lll. Contract Form
mmm. Manufacturer’s Authorization form
nnn. Proprietary Certificate in case of sole manufactured/Imported items
ooo. Bid Form
ppp. Price Schedule
qqq. Manufacturing License
rrr. Price Reasonability Certificate
sss. Certificate on Stamp Paper of worth Rs.50/-
ttt. General and Special conditions regarding purchase and procurement as given in the Punjab Procurement
Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the
bidding documents in every respect shall be at the bidder’s risk and may result in the rejection of its bid.
190. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may
notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it
receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies
of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all
prospective bidders that have received the bidding documents.
191. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any
reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding
documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in
writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the
amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the
deadline for the submission of bids.
PREPARATION OF BIDS
192. Documents Comprising the Bid: The bid shall comprise the following components:
(u) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial
proposal)
(v) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified
to perform the Contract if its bid is accepted;
(w) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are
eligible goods and conform to the bidding documents; and
(x) Bid Security, if any furnished in accordance with instruction to bidders.
193. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in
the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
194. Bid Prices:
xxxi. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the Contract.
xxxii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be initialed.
Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted
item may be marked with red / yellow marker.
xxxiii. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form
of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway
be rejected.
xxxiv. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes
and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing
taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xxxv. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xxxvi. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be
kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
195. Documents Establishing bidder’s Eligibility and Qualification: a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its
qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the
time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the
Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of
Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original
manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be
provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any
Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on
account of submission of false statement.
g. The bidder should have minimum Five-year experience in the market. Similarly, it is mandatory that the item to be quoted
by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be
provided in this regard.
h. The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they
have quoted their rates in the Financial Proposals.
i. The bidder must indicate the registration number, make of country of origin / Manufacturer.
196. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and conformity to the
bidding documents of all goods, which the bidder proposes to supply under the Contract.
197. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted product(s)
according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid
shall be considered in absence of samples and the offer will be rejected.
198.
199. Bid Security: xvi. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the name of
Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be
returned after successful completion of the contract.
xvii. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the
Security’s forfeiture, pursuant to instruction to bidders.
xviii. The Bid Security may be forfeited:
(k) If a bidder withdraws its bid during the period of bid validity; or
(l) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders.
OR
II. To complete the supplies in accordance with the General Condition of Contract.
200. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the
hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity
period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all
those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more
than the period equal to the period of the original bid validity.
iii. bidders who,-
(k) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the substance
of their bids; and
(l) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of
their bid securities (earnest money).
201. Format and Signing of Bid: i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be
signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid
shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the
bid.
SUBMISSION OF BIDS
202. Sealing and Marking of Bids: xvi. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters
to avoid confusion. The inner and outer envelopes shall:
a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and;
b. Bear the name and number indicated in the Invitation for Bids.
xvii. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case
it is declared as “non-responsive” or “late”.
xviii. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume
no responsibility for the bid’s misplacement or premature opening.
203. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later than the
time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this
deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all
rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as
extended.
204. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to
the bidder.
205. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for
submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the
period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of
its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
206. Opening of Bids: xvi. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Meeting Room WIC, WAZIRABAD. The bidders’
representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as
“FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation
process.
xvii. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if
considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid
opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date,
time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security
and such other details, if considered appropriate shall be announced.
xviii. The minutes of the bids opening (technical and financial) shall be recorded.
207. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a clarification
of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be
sought, offered, or permitted.
208. Preliminary Examination:
All the bids shall be examined to determine whether they are complete, whether any computational errors have been made, whether
required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
xvi. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between
the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price
shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be
forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
xvii. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be
waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
xviii. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder
by correction of the non-conformity.
209. Evaluation & Comparison of Bids: xxi. Substantially responsive bids shall be evaluated and compared.
xxii. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, previous
experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered.
However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to
instruction to bidders and bid Security.
xxiii. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these
bidding documents.
xxiv. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and
policies that are in force at the time of issue of notice for invitation of bids.
xxv. COMPULSORY PARAMETERS
Sr# Parameters Documents required
1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 Drug Manufacturing / Sale License valid up to
Authorization from foreign Principal / manufacturer of
required good
Valid Drug Manufacturing license issued by
DRAP (Formerly known as MOH) for manufactures)
Valid Drug sale license for importers.
4 Drug Registration Certificate (DRC) valid up to Valid Drug Registration Certificate issued by DRAP
(Formerly Known as MOH)
5 NTN and GST Certificates valid up to Attach valid NTN & GST Certificates
6 Undertaking regarding Non declaration of spurious /
Adulterated batch by DTLs of the Punjab / any Competent lab
of quoted item within last one year.
Undertaking on judicial papers.
7 Specification Quoted in the technical offer will be verified
from samples provided with the bid. Product that comply
100% with the advertised specifications and fulfill the
requirements as per labeling and packing rules 1986 shall be
considered for evaluation.
Samples of quoted item.
8 Good manufacturing practices (GMP) Certificate valid up to Valid Good Manufacturing Practice (GMP) certificate
issued by the Drug regulatory Authority Pakistan
(DRAP)
9 Availability of drug on at least one pharmacy chain (pharmacy
chain will be any company operating at least three pharmacies
in different parts of Lahore under the same name)
Attached proof
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B xxvi. ORDINARY PARAMETER:
S. No. Parameters Detail Total
Marks Remarks
1
Past Performance
(Last one year)
As per Bid Form 4
Major institutions served:
4 to 5
10
Institutions include
government departments
and private hospitals
2
Market experience
in quoted items
Above 5 years
10
Experience will be
confirmed from the date of
Registration
3
Credibility &
Certification
i. Valid ISO Certification
ii. Any other International reputed certification
10
GMP certificate issued by
the concerned Drug
Regulatory Authority is
required
4
Financial status
i Last year Audited Balance Sheet 5
ii Tax Returns (Last 3 years) 5
10
Bank Statements are not
required. Bidder can
provide more than one
Bank certificates
5
Technical Staff
i
Plant Manager
B. Pharm
PhD/M. Phil
ii Production Manager B. Pharm
PhD/M. Phil
iii
Quality Control
Manager+Analyst
B. Pharm/MSc
Chemistry
iv
In Process Quality
Assurance inspector
B. Pharm/MSc
Chemistry
v
Quality Assurance
Manager
B. Pharm/MSc
Chemistry
10
The bidder is required to
attach attested copy of the
relevant Degree and
appointment letter of
concerned technical staff
6
Production Capacity Per day production capacity of quoted items against the total
advertised quantity:
5% and above
10
7
Bio-Equivalence Study Report
10
Report of Labs notified by
DRAP / WHO Audited
Labs shall be acceptable.
8 Chamber of commerce and industries Membership
Certificate 10
9 International Experience
10 More than two countries
served by the company
10 Undertaking of no blacklisting under PPRA Rule 10
Bio-equivalence study report for medicines only from WHO audited and following DRAP notified indigenous Labs.
i. HEJ Research Institute, Karachi University, Karachi.
ii. University of Veterinary & Animal Sciences, Lahore.
iii. Dow University of Medical & Health Sciences, Karachi.
iv. Faculty of Pharmacy, Islamia University< Bahawalpur.
Report from any other lab notified by DRAP for the said purpose in future will also be considered.
Total marks: 100 Qualifying marks: 70
The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the
financial bids found technically non-responsive shall be returned un-opened to the respective Bidders
210. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time,
that the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
211. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid. The
Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all
bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids.
Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
212. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
213. Acceptance of Bid and Award criteria:
A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial
Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates
will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total
awarded price.
214. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and
Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital.
B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption however,
supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the medicines in view of the
availability of the budget therefore, revision of the quantity of the stock is not objectionable / challengeable in any Court of Law.
215. Inspections and Test / Analysis: xxi) The inspection committee shall inspect the quantity, specifications of goods after receipt of standard quality report from
Drugs Testing Laboratory concerned. The cost of the lab tests shall be borne by the Supplier.
xxii) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as
required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired
stores without any further charges.
xxiii) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be
paid by the Firm.
xxiv) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
216. Chemical and physical examination of medicines:
I All the Drugs / Medicines shall be acceptable subject to chemical and physical examination. The chemical examination shall be carried
out through the Provincial Drugs Testing Laboratories. The Inspection Committee constituted by the Consignee shall carry out the
physical examination after receipt of supplies and standard test/ analysis report of the lab. If the facility for test / analysis is not available
with the Laboratories, the batch release certificate and test analysis report of quality control / quality assurance department of the
manufacturer shall be relied upon.
II If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved
samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace the rejected goods or
arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the
rejected supplies must be completed within 45 days from the date of communication of decision to the Manufacturer / Supplier by the
Hospital. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required
specifications, the supply would completely be rejected and the proportionate amount of security of the concerned installment would be
forfeited to the government account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/
installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be
blacklisted minimum for two years.
217. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and
fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will
also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
218. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
219. Warranty: The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with the
provision of the Drugs Act, 1976 and rules framed there under. The Hospital shall promptly notify the Supplier in writing of any claims
arising under this warranty.
220. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
221. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the
prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely
delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its likely duration and its
cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated
damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its
delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon
without the application of liquidated damages.
222. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special
Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract
including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the
Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If
the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the
Consignee) the price difference shall be paid by the Firm.
223. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all
instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to
perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt
or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order
satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the
defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm.
f. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the security of
the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR in the name
of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall not be considered. No
personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be considered or carried forward.
224. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the
conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the
goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the
Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection
committee, samples should be sent to drugs testing laboratory for test analysis.
225. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment.
(i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration No,
manufacturing and expiry date and quantity.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch No,
Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
226. Incidental Services: The following incidental services shall be provided and the cost of which should include in the total bid price.
a. The bidder shall supply drugs/medicines as far as possible as per tender requirement in special packing with Logo of the
Government of Punjab.
b. The following wording/insignia shall be printed in bold letters in Urdu/English in indelible red color ink on each
carton, pack, bottle, strip / blister, tubes, vial / ampoule etc.
“WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABADPROPERTY”
“NOT FOR SALE”
c. The rules for labeling and packing shall be followed as per “The Drugs (Labeling and Packing) Rules, 1986”, framed under
the Drugs Act, 1976. However, the name of Drug / Medicine (Generic & Brand), equally prominent, should be printed/ written in
indelible ink in English/ Urdu on the outer cartons and on each Pack, Bottle, Strip/ Blister, Tubes etc. All tablets/capsules shall be
supplied in aluminum strip / blister pack. Expiry date must be printed on each aluminum strip / blister. The syrup should be supplied in
glass / pet bottle with sealed caps as per sample provided at the time of opening of tender. In case of non-fulfillment of these
requirements the supply shall not be accepted. The supplier shall pay a penalty equal to 1% of the total value of the medicines per
percentage point of the short fall in the prescribed shelf life which is 85% for the locally manufactured and 75% for the imported
medicines. No drug shall be accepted having expiry date of original shelf life less than 80% of locally manufactured and 70% of
imported medicines.
Provided the shelf life up to 70% shall be acceptable without penalty and 60% with penalty in case of vaccines and other biotechnical
products. In special cases it may be relaxed by the authority on written request by the firm with justified reason.
227. Warranty: The drugs/medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with the
provision of the Drugs Act, 1976 / rules framed there under.
a. The laboratory test / analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier.
b. In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the cost of late
delivered supply shall be imposed upon the Supplier.
228. Arbitration and Resolution of Disputes: -
In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable in any court
of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab Procurement
amended PPRA Rules, notified on 13th Jan, 2014.
CHECK LIST S. No. /Page No. of the YES OR NO
Tender Submitted
Receipt ___
Call deposit ___
Past Performance (Last one year) ___
Market experience in quoted items ___
Credibility & Certification ___
Financial status ___
Technical Staff ___
Production Capacity ___
Product Sample ___
Bio-Equivalence Study Report ___
Chamber of commerce and industries Membership Certificate ___
Certificate of ISO and other international certificate ___
Bid Validity and price reasonability Certificate ___
Undertaking of no blacklisting under PPRA Rule ___
Suppliers authorization letter ____
Letter of authorization form the manufacturer / Foreign Principal ___
in case of Sole agent / Importer.
Certificate duly filled (attached along with tender at Page no.8) ___
Certificate of National Tax Number and GST ___
Samples of quoted item ___
Technical bid (separate envelop) ___
Financial Bid (separate envelop) ___
Copy of the Technical Bid on the CD in Excel format along with the ___
written Technical offer in the Technical proposal. (Technical
Proposal envelop)
Copy of the Financial Bid on the CD in Excel format along with the ___
written financial offer in the Financial Proposal. (Financial
Proposal envelop)
Signature of the bidder: ________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH RS.50/- 17. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of Tender Medicine Bulk Purchase Injectable / Tablets / Capsules
/ Syrups / Drugs etc for the 2015-16 as advertised in the tender notice as well as those contained in the Bid
Performa and the Punjab Procurement Rules, 2014 (PPRA-2014). We agree to abide by all instructions / conditions.
18. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the recovery
of liquidated damages on belated supplies and shall have no objection on risk purchase made by hospital to cop up
the delayed supply.
19. Certified that the prices quoted against tender are not more than the trade price or the price charged from
any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any discrepancy, the
supplier hereby undertakes to refund the price charged in excess when asked to do so.
20. Certified that the firm will replace the medicines /drugs free of cost in case of expiry at hospital premises
due to non-consumption.
21. Certified that firm will supply fresh stock of medicines /drugs, free of cost if found
substandard/counterfeit /spurious/ misbranded/adulterated/expired/at variance with the specifications. Moreover the
firm will not claim for the return of rejected/substandard stock. Expired/substandard drugs will not be returned to
the supplier / manufacturer, and will be confiscated & destroyed at supplier’s cost.
22. Certified that the supplies will be made in accordance with section 23 of drug act 1976 and fit for human
consumption.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab, the
Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered
under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the
Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name) being the
Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas
the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract, viz:-
ee. Price Schedule submitted by the bidder, ff. Technical Specifications;
gg. General Conditions of Contract;
hh. Special Conditions of Contract; and ii. Procuring Agency’s Award of contract; and
jj. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in
conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions
of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid
shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other
instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference
shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping,
Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter
into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase /
institution
Purchase Order
NO.
Description of
Order
Value of Order Date of Completion Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM
Validity
Date: ______
No. _______
To
The Medical Superintendent
Wazirabad Institute of Cardiology, Wazirabad,
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding
Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit of the firm
shall be retained by the hospital as a security for the successful completion of the contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening under
instruction to the bidders, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your
written acceptance thereof and your notification of award shall constitute a binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ______________________
ANNEXURE A
CERTIFICATE ON THE LETTER HEAD OF THE RETAIL PHARMACY
Certified that the drugs/Medicines as mentioned below are available in the Pharmacy.
S.No. Name of Medicine Company Name Brand Name
1.
Name of the Pharmacy: __________________________________________
Name of the Pharmacy Manager: __________________________________________
Manager Contact No. __________________________________________
Signature: __________________________________________
Stamp of the Pharmacy __________________________________________
Telephone & Fax No. __________________________________________
Note:-The certificate should be verified from the Retail pharmacy.
TECHNICAL BID
TENDER MEDICINE BULK PURCHASE INJECTABLES/TABLETS/CAPSULES/SYRUPS / DRUGS
ETC FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION DRUG
REGISTRATION
NUMBER
OFFERED BRAND
NAME
PACK SIZE
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER MEDICINE BULK PURCHASE INJECTABLES/TABLETS/CAPSULES/SYRUPS / DRUGS ETC
FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION DRUG
REGISTRATION
NUMBER
OFFERED
BRAND NAME
PACK
SIZE
RETAIL
PRICE
TRADE
PRICE
PRICE
OFFERED
PER PACK
UNIT PRICE
IN FIGURES
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR DRUGS/MEDICINES
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order (without penalty), and
with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
Tender Medicine Bulk Purchase Injectable /Tablets/Capsules/Syrups /Psychotropic Drugs etc. for the
Financial Year 2015-2016 are submitted for signature.
Pharmacist Office Superintendent DMS (Purchase)
Medical Superintendent
Wazirabad Institute of Cardiology, Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Meeting Room WIC, WAZIRABAD
TENDER BULK PURCHASE OF SURGICAL DISPOSABLE ITEMS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from Manufacturers /
Importers / Sole Agents of Foreign Principals and sole distributors of local manufacturers for the supply
of Bulk Surgical Items on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding document from the purchase office of WIC,
WAZIRABAD on submission of written application along with payment of non-refundable fee of
Rs.1000/- (One Thousand only). Bidding documents shall be issued up to 30-03-2016 at 10:30 AM.
2. Single stage two envelopes bidding procedure shall be applied. The 2% of the quoted value in
the shape of Call Deposit in favor of Medical Superintendent WIC, WAZIRABAD is required to be
submitted with the Technical Bid, without which the offer shall be ignored.
3. The last date of submission of sealed tenders is 30-03-2016 at 10:30 AM positively in the
Meeting Room of WIC, WAZIRABAD and the bids will be opened at 11:30 AM on the same date in the
presence of the representative of the firms who choose to attend.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
5. Only manufacturer / distributor or their sole agents can participate. Letter from principal /
manufacture / importer is an essential part of the bid.
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
INSTRUCTIONS TO BIDDERS
229. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign Principals,
sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a valid
authorization from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
230. Single Stage – Two Envelopes Bidding Procedure shall be applied: lxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. lxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. lxiii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. lxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without being
opened. lxv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal which
do not conform to the specified requirements. lxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
lxvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
lxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
lxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
lxx. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
231. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In
addition to the Invitation for Bids, the bidding documents shall include:-
uuu. Instructions to bidders vvv. Schedule of Requirements www. Technical Specifications xxx. Contract Form yyy. Manufacturer’s Authorization form zzz. Proprietary Certificate in case of sole manufactured/Imported items aaaa. Bid Form bbbb. Price Schedule cccc. Manufacturing License dddd. Price Reasonability Certificate eeee. Certificate on Stamp Paper of worth Rs.50/- ffff. General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
232. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
233. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for any
reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders
reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
234. Documents Comprising the Bid: The bid shall comprise the following components:
(y) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(z) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(aa) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(bb) Bid Security, if any furnished in accordance with instruction to bidders.
235. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
236. Bid Prices:
xxxvii. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the
Contract. xxxviii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be
initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
xxxix. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
xl. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xli. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xlii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
237. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
g. The bidder should have minimum Five-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one years. Documentary proof shall have to be provided in this regard.
h. The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they have quoted their rates in the Financial Proposals.
i. The bidder must indicate the registration number, make of country of origin / Manufacturer.
238. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility and
conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
239. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted
product(s) according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
240. Bid Security: xix. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the name
of Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
xx. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
xxi. The Bid Security may be forfeited: (m) If a bidder withdraws its bid during the period of bid validity; or (n) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
II. To complete the supplies in accordance with the General Condition of Contract.
241. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (m) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (n) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
242. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
243. Sealing and Marking of Bids: xix. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to
avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
xx. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
xxi. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
244. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later than
the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
245. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned unopened to the bidder.
246. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed
for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
247. Opening of Bids: xix. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Meeting Room WIC, WAZIRABAD.
The bidders’ representatives who are present shall sign the Attendance Sheet evidencing their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
xx. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
xxi. The minutes of the bids opening (technical and financial) shall be recorded.
248. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
249. Preliminary Examination:
All the bids shall be examined to determine whether they are complete, whether any computational errors have been
made, whether required sureties have been furnished, whether the documents have been properly signed, and
whether the bids are generally in order.
xix. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
xx. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
xxi. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
250. Evaluation & Comparison of Bids: xxvii. Substantially responsive bids shall be evaluated and compared.
xxviii. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
xxix. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
xxx. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
xxxi. COMPULSORY PARAMETERS
Sr# Parameters Documents required
1 Valid CDR as bid security (2%) of bid value
2 Tender purchase receipt
3
Drug Manufacturing / Sale License valid up to
Authorization from foreign Principal / manufacturer of
required good
Valid Drug Manufacturing license issued by
DRAP (Formerly known as MOH) for
manufactures)
Valid Drug sale license for importers.
4 Drug Registration Certificate (DRC) valid up to Valid Drug Registration Certificate issued by DRAP
(Formerly Known as MOH)
5 NTN and GST Certificates valid up to Attach valid NTN & GST Certificates
6
Undertaking regarding Non declaration of spurious /
Adulterated batch by DTLs of the Punjab / any Competent
lab of quoted item within last one year.
Undertaking on judicial papers.
7
Specification Quoted in the technical offer will be verified
from samples provided with the bid. Product that comply
100% with the advertised specifications and fulfill the
requirements as per labeling and packing rules 1986 shall be
considered for evaluation.
Samples of quoted item.
8
Good manufacturing practices (GMP) Certificate valid up to Valid Good Manufacturing Practice (GMP) certificate
issued by the Drug regulatory Authority Pakistan
(DRAP)
9
Availability of drug on at least one pharmacy chain
(pharmacy chain will be any company operating at least
three pharmacies in different parts of Lahore under the
same name)
Attached proof
Note: only eligible firms from compulsory parameters will be scrutinized further for part - B
Part-B
xxxii. ORDINARY PARAMETER: S.
No. Parameters Detail
Total
Marks Remarks
1 Past Performance (Last one year) As per Bid Form 4
Major institutions served: 4 to 5
10
Institutions include government departments and private hospitals
2 Market experience in quoted items
Above 5 years
10
Bidders having less than 1 year experiences are ineligible. Experience will be confirmed from the date of Registration
3 Credibility & Certification
iii. Valid ISO Certification iv. Any other International reputed certification
10
GMP certificate issued by the concerned Drug Regulatory Authority is required
4 Financial status
i Last year Audited Balance Sheet 5
ii Tax Returns (Last 3 years) 5
10
Bank Statements are not required. Bidder can provide more than one Bank certificates
5 Technical Staff
i
Plant Manager
B. Pharm
PhD/M. Phil
ii Production Manager B. Pharm
PhD/M. Phil
iii Quality Control Manager+Analyst
B. Pharm/MSc Chemistry
iv In Process Quality Assurance inspector
B. Pharm/MSc Chemistry
v Quality Assurance Manager
B. Pharm/MSc Chemistry
10
The bidder is required to attach attested copy of the relevant Degree and appointment letter of concerned technical staff
6 Production Capacity
Per day production capacity of quoted items against the total advertised quantity:
5% and above
10
7 Bio-Equivalence Study Report 10 Report of Labs notified by DRAP / WHO Audited Labs shall be acceptable.
8 Chamber of commerce and industries Membership Certificate
10
9 International Experience 10 More than two countries served by the company
10 Undertaking of no blacklisting under PPRA Rule 10
Bio-equivalence study report for medicines only from WHO audited and following DRAP notified indigenous Labs.
v. HEJ Research Institute, Karachi University, Karachi.
vi. University of Veterinary & Animal Sciences, Lahore.
vii. Dow University of Medical & Health Sciences, Karachi.
viii. Faculty of Pharmacy, Islamia University< Bahawalpur.
Report from any other lab notified by DRAP for the said purpose in future will also be considered.
Total marks: 100 Qualifying marks: 70
The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency
and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders
251. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time, that
the information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
252. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a
bid. The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
253. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
254. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid upto 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
255. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling
and Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s
consumption however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity
of the medicines in view of the availability of the budget therefore, revision of the quantity of the stock is not
objectionable / challengeable in any Court of Law.
256. Inspections and Test / Analysis: xxv) The inspection committee shall inspect the quantity, specifications of goods after receipt of standard quality report
from Drugs Testing Laboratory concerned. The cost of the lab tests shall be borne by the Supplier. xxvi) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
xxvii) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
xxviii) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
257. Chemical and physical examination of medicines: I All the Drugs / Medicines shall be acceptable subject to chemical and physical examination. The chemical
examination shall be carried out through the Provincial Drugs Testing Laboratories. The Inspection Committee
constituted by the Consignee shall carry out the physical examination after receipt of supplies and standard test/
analysis report of the lab. If the facility for test / analysis is not available with the Laboratories, the batch release
certificate and test analysis report of quality control / quality assurance department of the manufacturer shall be
relied upon.
II If the Goods supplied are found during physical examination / inspection to be against the required specifications, approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the Inspection Committee again declare the item as of against the required specifications, the supply would completely be rejected and the proportionate amount of security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years.
258. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and
fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
259. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the
Supplier.
260. Warranty: The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with the provision of the Drugs Act, 1976 and rules framed there under. The Hospital shall promptly notify the Supplier in writing of any claims arising under this warranty.
261. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
262. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
263. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
264. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. g. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of
CDR in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security
shall not be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall
not be considered or carried forward.
265. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
266. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration
No, manufacturing and expiry date and quantity.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch
No, Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
267. Incidental Services: The following incidental services shall be provided and the cost of which should include in the total bid price.
a. The bidder shall supply drugs/medicines as far as possible as per tender requirement in special packing with Logo
of the Government of Punjab.
c. The supplier will stamp the supplies as under.
“WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABADPROPERTY”
“NOT FOR SALE”
The rules for labeling and packing shall be followed as per “The Drugs (Labeling and Packing) Rules, 1986”, framed
under the Drugs Act, 1976.
The shelf life up to 70% shall be acceptable without penalty and 60% with penalty in case of Disposables and other
biotechnical products. In special cases it may be relaxed by the authority on written request by the firm with
justified reason.
Warranty: The drugs/medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with
the provision of the Drugs Act, 1976 / rules framed there under.
a. The laboratory test / analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier.
b. In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per
day of the cost of late delivered supply shall be imposed upon the Supplier.
268. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not
challengeable in any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by
the Punjab Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate of National Tax Number and GST ___
Copies of orders from major institutions and famous labs ___
Evidence of market experience ___
Financial Statement of company ___
Certificate of ISO and other international certificate ___
Address of Lahore based office and no. of employees ___
Samples of quoted item ___
Technical bid (separate envelop) ___
Financial Bid (separate envelop) ___
Copy of the Technical Bid on the CD in Excel format along with the ___
written Technical offer in the Technical proposal. (Technical
Proposal envelop)
Copy of the Financial Bid on the CD in Excel format along with the ___
written financial offer in the Financial Proposal. (Financial
Proposal envelop)
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER ON WORTH RS.50/-
1. We here by confirm that we have read carefully the description of the stores and all the terms
and conditions of your Tender enquiry due for opening on 30-03-2016 for the supply of Tender Bulk
Purchase of Surgical Items etc. as advertised in the tender notice as well as those contained in the
Bid Performa and the Punjab Procurement Rules, 2014(PPRA-2014). We agree to abide by all
instructions / conditions.
2. We here by confirm to adhere to the delivery period required in the tender enquiry which would
be the essence of the contract and will be binding on us. In case of failure, we agree unconditionally
to accept the recovery of liquidated damages on belated supplies and shall have no objection on risk
purchase made by hospital to cop up the delayed supply.
3. Certified that the prices quoted against tender are not more than the trade price or the price
charged from any other Government/Autonomous Institution in the financial year 2015-2016 and in
case of any discrepancy, the supplier hereby undertakes to refund the price charged in excess when
asked to do so.
4. Certified that the firm will replace the Surgical Items free of cost in case of expiry at hospital
premises due to non-consumption.
5. Certified that firm will supply fresh stock of Surgical Items, free of cost if found
substandard/counterfeit /spurious/ misbranded/adulterated/expired/at variance with the
specifications. Moreover the firm will not claim for the return of rejected/substandard stock.
Expired/substandard drugs will not be returned to the supplier / manufacturer, and will be
confiscated & destroyed at supplier’s cost.
6. Certified that the supplies will be made in accordance with section 23 of drug act 1976 and fit for
human consumption.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab,
the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name)
being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item
(s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,
viz:-
kk. Price Schedule submitted by the bidder, ll. Technical Specifications; mm. General Conditions of Contract; nn. Special Conditions of Contract; and oo. Procuring Agency’s Award of contract; and pp. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein
in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: ________________________
ANNEXURE A
CERTIFICATE ON THE LETTER HEAD OF THE RETAIL PHARMACY
Certified that the drugs/Medicines as mentioned below are available in the Pharmacy.
S.No. Name of Surgical Disposable
Item
Company Name Brand Name
2.
Name of the Pharmacy: __________________________________________
Name of the Pharmacy Manager: __________________________________________
Manager Contact No. __________________________________________
Signature: __________________________________________
Stamp of the Pharmacy __________________________________________
Telephone & Fax No. __________________________________________
Note:-The certificate should be verified from the Retail pharmacy.
TECHNICAL BID
TENDER BULK PURCHASE OF SURGICAL DISPOSABLE ITEM ETC FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION OFFERED BRAND
NAME
PACK SIZE
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER BULK PURCHASE OF SURGICAL DISPOSABLE ITEM ETC FOR THE FINANCIAL YEAR 2015-2016
FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION DRUG
REGISTRATION
NUMBER
OFFERED BRAND
NAME
PACK
SIZE
RETAIL
PRICE
TRADE
PRICE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
SCHEDULE OF REQUIREMENT FOR DRUGS/MEDICINES
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
Pharmacist Office Superintendent DMS(Purchase)
Medical Superintendent Wazirabad Institute of Cardiology
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone No. 055-6609101, Fax No. 055-6601412
INVITATION FOR BIDS
Tender Price Non refundable Rs.1000/-
Last date of sale of tender 30-03-2016 10:30 AM
Last Date of Tender Receiving 30-03-2016 10:30 AM
Date and time of opening of tender 30-03-2016 11:30 AM
Call deposit 2% of the quoted value in the shape of CDR
Venue Conference Room WIC, WAZIRABAD
TENDER FOR THE PURCHASE OF X-RAY FILMS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
Wazirabad Institute of Cardiology, Wazirabad invites sealed bids / tenders from
Manufacturers/Authorized Distributor / Importers / Sole Agents of Foreign Principals / well reputed
firms for the supply of X-Ray Films & Related Items on Free Delivery to Consignee’s end basis.
1. Interested eligible bidders may get the bidding documents from purchase office WIC,
WAZIRABAD on submission of written application along with payment of non-refundable fee of
Rs.1000/- (One thousand only). Bidding documents shall be issued up to 30-03-2016, at 10.30 am.
2. Single stage two envelopes bidding procedure shall be applied. The amount 2% as Bid
Security / Earnest Money in the shape of Deposit at Call in favor of Medical Superintendent WIC,
WAZIRABAD is required to be submitted with the Technical Bid without which the offer shall be
ignored.
3. Sealed bids are required to be brought in person by the authorized representative of the
interested bidders on 30-03-2016 till 10.30 am positively in the Conference room of WIC,
WAZIRABAD. The bids received till the stipulated date 30-03-2016 & time shall be opened on the
same day at 11:30 am in the presence of the bidders or their authorized representatives.
4. The whole procurement will be Governed and finalized under PPRA rules 2014.
5. Only manufacturer / distributor or their sole agents can participate. Letter from principal /
manufacture / importer is an essential part of the bid.
MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY WAZIRABAD
INSTRUCTIONS TO BIDDERS
269. Eligible bidders: This Invitation for Bids is open to all Manufacturers / Importers / Sole Agents of Foreign
Principals, sole distributors, on Free Delivery to Consignee’s end basis. The importer / sole agent must possess a
valid authorization from the Foreign Principal / Manufacturer.
THE BIDDING PROCEDURE
270. Single Stage – Two Envelopes Bidding Procedure shall be applied: lxxi. The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain
separately the Financial Proposal with original CDR and the Technical Proposal with Photocopy of CDR. lxxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. lxxiii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened. lxxiv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the hospital without
being opened. lxxv. The Hospital shall evaluate the Technical Proposal, without reference to the price and reject any proposal
which do not conform to the specified requirements. lxxvi. During the technical evaluation, no amendments in the technical proposal shall be permitted.
lxxvii. The Financial Proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the bidders in advance.
lxxviii. After the evaluation and approval of the technical proposal, the hospital shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only.
lxxix. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders.
lxxx. The bid found to be the lowest evaluated bid shall be accepted.
THE BIDDING DOCUMENTS
271. Content of Bidding Documents: i. The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents.
In addition to the Invitation for Bids, the bidding documents shall include:-
gggg. Instructions to bidders hhhh. Schedule of Requirements iiii. Technical Specifications jjjj. Contract Form kkkk. Manufacturer’s Authorization form llll. Proprietary Certificate in case of sole manufactured/Imported items mmmm. Bid Form nnnn. Price Schedule oooo. Manufacturing License pppp. Price Reasonability Certificate qqqq. Certificate on Stamp Paper of worth Rs.50/- rrrr. General and Special conditions regarding purchase and procurement as given in the Punjab
Procurement Rules, 2015
ii. The bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents.
iii. Failure to furnish all information required by the bidding documents or to submit a bid not substantially
responsive to the bidding documents in every respect shall be at the bidder’s risk and may result in the
rejection of its bid.
272. Clarification of Bidding Documents: A prospective bidder requiring any clarification of the bidding
documents may notify the hospital, in writing. The hospital shall respond in writing to any request for clarification of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the hospital response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective bidders that have received the bidding documents.
273. Amendment of Bidding Documents: At any time prior to the deadline for submission of bids, the hospital, for
any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment. All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone, and shall be binding on them. In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent WIC, WAZIRABAD at its discretion, may extend the deadline for the submission of bids.
PREPARATION OF BIDS
274. Documents Comprising the Bid: The bid shall comprise the following components:
(cc) Bid Form and Price Schedule completed in accordance with instruction to bidders (to be submitted along with financial proposal)
(dd) Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;
(ee) Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents; and
(ff) Bid Security, if any furnished in accordance with instruction to bidders.
275. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriate Price Schedule
furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their strength, packing, quantity, and prices.
276. Bid Prices:
xliii. The bidder shall indicate on the appropriate Price Schedule the unit prices, it proposes to supply under the
Contract. xliv. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration / correction must be
initialed. Every page is to be signed and stamped at the bottom. Total number of the pages of bid must be mentioned. Serial number of the quoted item may be marked with red / yellow marker.
xlv. The bidder should quote the prices of goods according to the strength / technical specifications as provided in the Form of Price Schedule and Technical Specifications. The specifications of goods, different from the demand of bid enquiry, shall straightway be rejected.
xlvi. The bidder is required to offer competitive price. All prices must include the General Sales Tax (GST) and other taxes and duties, where applicable. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Hospital.
xlvii. Prices offered should be for the whole financial year. Conditional offer shall be considered as non-responsive bidder.
xlviii. While tendering your quotation, the present trend / inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
277. Documents Establishing bidder’s Eligibility and Qualification:
a. The bidder shall furnish, as part of its technical bid, documents establishing the bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
b. The documentary evidence of the bidder’s eligibility to bid shall establish to the Hospital satisfaction that the bidder, at the time of submission of its bid, is an eligible as defined under instruction to the bidders
c. The documentary evidence (to be submitted along with technical proposal) of the bidder’s qualifications to perform the Contract if its bid is accepted shall establish to the Hospital satisfaction:
d. The Sole Agent / Importer shall have to produce letter of authorization from Manufacturer (Foreign Principal) and in case of Manufacturer, documentary proof including drug manufacturing license / registration certificate, to the effect that they are the original manufacturer of the required specifications of goods, shall be provided.
e. National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) with documentary proof shall have to be provided by each bidder in the tender.
f. The bidder shall submit an affidavit on legal stamp paper of Rs.50/- that their firm is not blacklisted on any ground by any Government (Federal/Provincial/District), a local body or a Public Sector Organization. The bidder shall be debarred from bid on account of submission of false statement.
g. The bidder should have minimum Five-year experience in the market. Similarly, it is mandatory that the item to be quoted by the bidder / Manufacturer should have availability in the market minimum for the last one year. Documentary proof shall have to be provided in this regard.
h. The bidder is required to provide with the Technical Proposal, the name of item(s) along with serial number for which they have quoted their rates in the Financial Proposals.
i. The bidder must indicate the registration number, make of country of origin / Manufacturer.
278. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents: The bidder shall furnish along with Technical Proposal, as part of its bid, documents establishing the eligibility
and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract.
279. Submission of sample: The bidder must produce along with technical proposal, SIX (06) samples of quoted
product(s) according to the strength and packing of demand of enquiry at the time of opening of opening of tender. No technical proposal / bid shall be considered in absence of samples and the offer will be rejected.
280. Bid Security: xxii. The bidder shall furnish, as part of its Technical Proposal, 2% of the quoted value in the shape of CDR in the
name of Medical Superintendent WIC, WAZIRABAD. The bid security of the successful bidder’s shall be retained by the hospital and will be returned after successful completion of the contract.
xxiii. The Bid Security is required to protect the hospital against the risk of bidder’s conduct, which would warrant the Security’s forfeiture, pursuant to instruction to bidders.
xxiv. The Bid Security may be forfeited: (o) If a bidder withdraws its bid during the period of bid validity; or (p) In the case of a successful bidder, if the bidder fails:
I. To sign the Contract in accordance with instruction to bidders. OR
II. To complete the supplies in accordance with the General Condition of Contract.
281. Bid Validity:
i. Bids shall remain valid for the period of Six (06) Months after the date of opening of Technical Bid, prescribed by the hospital. A bid valid for a shorter period shall be rejected as non-responsive.
ii. The Hospitals shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
iii. bidders who,- (o) Agree to the Hospital’s request for extension of bid validity period shall not be permitted to change the
substance of their bids; and (p) Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without
forfeiture of their bid securities (earnest money).
282. Format and Signing of Bid:
i. The bidder shall prepare and submit its bid along with original purchase receipt. The bid shall be typed and shall be signed by the bidder or a person or persons duly authorized to bind the bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid, except for un-amended printed literature.
ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
SUBMISSION OF BIDS
283. Sealing and Marking of Bids: xxii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible
letters to avoid confusion. The inner and outer envelopes shall: a. Be addressed to the Medical Superintendent WIC, WAZIRABAD and; b. Bear the name and number indicated in the Invitation for Bids.
xxiii. The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
xxiv. If the outer as well as inner envelope is not sealed and marked as required by instruction to bidders, the hospital shall assume no responsibility for the bid’s misplacement or premature opening.
284. Deadline for Submission of Bids: Bids must be submitted by the bidder and received by the Hospital, no later
than the time and date specified in the Invitation for Bids. The Medical Superintendent WIC, WAZIRABAD may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders, in which case all rights and obligations of the Hospital and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
285. Late Bid: Any bid received after the deadline for submission of bids prescribed, shall be rejected and returned
unopened to the bidder.
286. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior to the deadline
prescribed for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders. Withdrawal of a bid during this interval may result in the Bidder’s forfeiture of its Bid Security (Earnest Money), pursuant to the instruction to bidders.
OPENING AND EVALUATION OF BIDS
287. Opening of Bids: xxii. Initially only the envelopes marked “TECHNICAL PROPOSAL” Shall be opened in the presence of bidders’
representatives who choose to attend, at 11.30 AM on 30.03.2016 in the Conference Room WIC, WAZIRABAD. The bidders’ representatives who are present shall sign the Attendance Sheet evidencing
their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Hospital without being opened and till completion of the evaluation process.
xxiii. The bidders’ names, item(s) for which they quoted their rate, serial number of the item and such other details if considered appropriate shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal / bid opening, except for late bids, which shall be returned unopened to the bidder. However, at the opening of Financial Proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite Bid Security and such other details, if considered appropriate shall be announced.
xxiv. The minutes of the bids opening (technical and financial) shall be recorded.
288. Clarification of Bids: During evaluation of the bids, the Authority may, at its discretion, ask the bidder for a
clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
289. Preliminary Examination: All the bids shall be examined to determine whether they are complete, whether any computational errors have
been made, whether required sureties have been furnished, whether the documents have been properly signed,
and whether the bids are generally in order.
xxii. In the financial bids the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the bidder does not accept the correction of the errors, its bid shall be rejected, and its bid Security may be forfeited. If there is a discrepancy between words and figures, the amount in words shall prevail.
xxiii. Any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder.
xxiv. If a bid is not substantially responsive, it shall be rejected and may not subsequently be made responsive by the bidder by correction of the non-conformity.
290. Evaluation & Comparison of Bids: xxxiii. Substantially responsive bids shall be evaluated and compared. xxxiv. The evaluation of technical proposal / bid shall be on the basis of previous performances, previous test
reports, previous experience, financial soundness and such other details as the Authority, at its discretion, may consider appropriate, shall be considered. However, the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders and bid Security.
xxxv. All bids shall be evaluated in accordance with the evaluation criteria and other terms & conditions set forth in these bidding documents.
xxxvi. A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
EVALUATION CRITERIA PART A: COMPULSORY PARAMETERS
Sr# Parameters Documents required
1 Valid CDR as bid security (2%) of bid value Attach with bid
2 Tender purchase receipt Attach with bid
3 NTN and GST Certificates valid up to 30-12-2015 Attach valid NTN & GST Certificates
4 Undertaking that the firm does not stand
blacklisted by PPRA in any province for any
product
Certificate of no blacklisting attached
5 Specification Quoted in the technical offer will be
verified from samples provided with the bid.
Product that comply 100% with the advertised
specifications and fulfill the requirements as per
labeling and packing rules 1986 shall be
considered for evaluation.
Samples of quoted item.
6 Authorized distributor / sole agent /
manufacturer
Attach authorization letter
Note: only eligible firms from compulsory parameters will be scrutinized further for part -
B
Part-B:
ORDINARY PARAMETER:
Sr.# Parameters Detail Total
Marks
Remarks
6. Past Performance of the Bidder (Last Two Years) As Per Bid Form 4
Major Govt. Institutions Served, Past performance, contract execution:
ii. 2 to 3 major institution
10
Major private Labs served
ii. 1 to 2 10
20
The claim requires documentation (Purchase Orders, Receipt Certificates & Delivery Challans etc.) from the concerned institution.
7. Market Experience of Quoted product.
ii. 2 to 3 years 10
Good Performance Certificate from HOD of major institute
ii. 1 to 2 5
15
The Market experience will not go beyond the date of registration. Experience will be confirmed from the date of Registration.
8. Financial Status
iv. Audited Balance Sheet
05
v. Tax Returns (Last 3 Years)
05
vi. Bank Certificate4 05
15
Bank Statements are not required. Bidder can provide more than one Bank certificates.
9. Credibility of products
iii. ISO Certificate 05
iv. International Certificate
10
15
Attach Certificates
10. Office in Lahore Company must have running office based in Lahore
10 Attach Proof
Tota Total Marks: 75 Qualifying Marks: 60
The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring
Agency and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders
291. Qualification & disqualification of bidders: A bidder shall be disqualified if it would be finding, at any time, that the
information submitted by him concerning his qualification was false and materially inaccurate or incomplete.
292. Rejection of Bids: The Medical Superintendent may reject any or all bids at any time prior to the acceptance of a bid.
The Medical Superintendent shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. The Hospital incurs no liability, solely towards bidders who have submitted bids. Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids.
293. Announcement of Evaluation Report: The results of bid evaluation shall be declared prior to the award of
procurement contract.
AWARD OF CONTRACT
294. Acceptance of Bid and Award criteria: A) The bidder with the lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of the
Provincial Government, shall be awarded the letter of approval of rates, within the original or extended period of bid validity. The approved rates will remain valid up to 30.06.2016.
B) The Successful bidder will furnish a performance guaranty inform of CDR amounting to 5% of the total awarded price.
295. A) Submission of Samples: Labelling and Packing of the product would be examined in accordance with Labeling and
Packing Rules 1986 of the Drugs Act 1976. The Supplier shall provide SIX (06) samples (free of cost) of the product to the hospital. B) Advertised Quantity: The quantities advertised against each item is tentative based on previous year’s consumption
however, supply order will be issued in favor of the graded firms on quarterly basis with revised quantity of the
medicines in view of the availability of the budget therefore, revision of the quantity of the stock is not objectionable /
challengeable in any Court of Law.
296. Inspections and Test / Analysis: xxix) The inspection committee shall inspect the quantity, specifications of goods after receipt of standard quality report
from Drugs Testing Laboratory concerned. The cost of the lab tests shall be borne by the Supplier. xxx) The supplier will be responsible for free replacement of stocks if the same is not found to be of the same
specifications as required in the Invitation of Bids / Substandard /Spurious / Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without any further charges.
xxxi) If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm.
xxxii) In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration.
297. Chemical and physical examination of medicines: I All the Drugs / Medicines shall be acceptable subject to chemical and physical examination. The chemical examination
shall be carried out through the Provincial Drugs Testing Laboratories. The Inspection Committee constituted by the
Consignee shall carry out the physical examination after receipt of supplies and standard test/ analysis report of the
lab. If the facility for test / analysis is not available with the Laboratories, the batch release certificate and test analysis
report of quality control / quality assurance department of the manufacturer shall be relied upon.
II If the Goods supplied are found during physical examination / inspection to be against the required specifications,
approved samples, etc, even if it is of standard quality, the goods may be rejected, and the Supplier shall either replace
the rejected goods or arrange alterations necessary for rectification of observation, to meet the required specifications
free of cost. Replacement in lieu of the rejected supplies must be completed within 45 days from the date of
communication of decision to the Manufacturer / Supplier by the Hospital. In case after replacement or alteration, the
Inspection Committee again declare the item as of against the required specifications, the supply would completely be
rejected and the proportionate amount of security of the concerned installment would be forfeited to the government
account and the firm shall be blacklisted minimum for one year. However, if the entire supplies/ installments are
declared as of against the required specifications, the entire performance security shall be forfeited and the firm shall
be blacklisted minimum for two years.
298. Furthermore, if your firm provides continuous unsatisfactory services / performance or found indulge in corrupt and fraudulent practices as defined in rule 21 of PPRA rules 2014, your 5 % performance guaranty will be forfeited and your
firm will also be declare as “Blacklisted” under rule ibid after fulfilling all the codal and legal formalities.
299. Transportation: Transportation including loading / unloading of goods shall be arranged and paid for by the Supplier.
300. Warranty: The Drugs / Medicines shall be accompanied by the necessary warranty on Form 2-A in accordance with the
provision of the Drugs Act, 1976 and rules framed there under. The Hospital shall promptly notify the Supplier in writing of any claims arising under this warranty.
301. Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract.
302. Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier in accordance with the
prescribed time schedule. If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the hospital in writing of the fact of the delay, its likely duration and its cause(s). The Medical Superintendent may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be granted by the Medical Superintendent. A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages, unless an extension of time is agreed upon without the application of liquidated damages.
303. Penalties/liquidated Damages: In case of late delivery beyond the presented period, penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier. The above Late Delivery (LD) is subject to General Conditions of Contract including late delivery for reasons beyond control. Once the maximum is reached, the Authority may consider termination of the Contract. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration. If the firm provides substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the Consignee) the price difference shall be paid by the Firm.
304. Termination for Default: The Medical Superintendent, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate the Contract in whole or in part, if the Supplier fails to deliver any or all instalments of the goods within the period(s) specified in the Contract, or within any extension thereof granted or if the Supplier fails to perform any other obligation(s) under the Contract and if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. In case the firm fails to execute the contract/supply order satisfactorily with the hospital, the institution reserves the right to purchase the item from the market at the risk and cost of the defaulting firm. The hospital also reserves the right for the suspension/ cancellation of contract/blacklisting of the defaulting firm. h. If the firm fails to execute the contract/supply order satisfactorily then the hospital reserves the right to forfeit the
security of the contractor and may award the contract to the second lowest.
The bidder shall furnish as part of its technical proposal / bid, 2% of the quoted value as Bid Security in the shape of CDR
in the name of Medical Superintendent WIC, WAZIRABAD. The technical bid found deficient of the bid Security shall not
be considered. No personal cheque shall be acceptable. The previous bid Security (if any), if available, shall not be
considered or carried forward.
305. Inspection and Tests: Inspection and tests of drugs / medicine at final acceptance shall be in accordance with the
conditions of contract. After delivery, the goods shall be inspected /examined by the Inspection Committee, to physically check the goods in accordance with the approved sample and terms / conditions of the Contract. In case of any deficiency, pointed out by the Inspection Committee in the delivered goods, the Supplier shall be bound to rectify it free of cost. After inspection by the inspection committee, samples should be sent to drugs testing laboratory for test analysis.
306. Delivery and documents: The Supplier shall provide the following documents at the time of delivery of goods to
Consignee’ end for verification and onward submission to quarter concerned, duly completed in all respect for payment. (i) Original copies of Delivery Note / Challan (in triplicate) showing item’s description, batch No(s), Registration
No, manufacturing and expiry date and quantity.
(ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name of item’s description, Batch No,
Registration No, manufacturing and expiry date, quantity, per unit cost, and total amount.
The supplies shall be delivered within 30 days after the next date of issue of Purchase Order
(without penalty), and with prescribed penalty, as per following schedule of requirements:-
Mode of penalty Delivery Period Grace Period Total delivery period
Without penalty 30 days 15 Days 45 days
a. In case of late delivery of goods beyond the period specified, penalty @ 2% per month, 0.067% per day of the cost of
late delivered supply shall be imposed upon the Supplier.
307. Arbitration and Resolution of Disputes: - In case of any dispute, decision of the Medical Superintendent WIC, WAZIRABAD would be final and not challengeable in
any court of law.
Note:
All assessments and procuring procedures i.e. receiving, opening and awarding etc. shall be governed by the Punjab
Procurement Rules, notified on 13th
Jan, 2014.
CHECK LIST S.No./Page No. of the YES OR NO
Tender Submitted
Receipt ___
Copy of National Identity card ___
Call deposit ___
Suppliers authorization letter ___
Price reasonability certificate ___
Sole Proprietary Certificate in case of items of Propriety nature. ___
Letter of authorization form the manufacturer / Foreign Principal ___
in case of Sole agent / Importer.
Undertaking on stamp paper of worth Rs.50 that the firm is not ___
black listed.
Certificate duly filled (attached along with tender at Page no.8) ___
Certificate of National Tax Number ___
Samples of quoted item ___
Technical bid (separate envelop) ___
Financial Bid (separate envelop) ___
Copy of the Technical Bid (Technical ___
Proposal envelop)
Copy of the Financial Bid (Financial ___
Proposal envelop)
Signature of the bidder: ______________________________________________
Stamp of the Firm: ____________________________________________
CERTIFICATE ON STAMP PAPER WORTH Rs.50/-
23. We hereby confirm that we have read carefully the description of the items and all the terms and
conditions of your Tender enquiry for the supply of X-ray films & chemicals for the year 2015-16 as
advertised in the tender notice as well as those contained in the Bid Performa and the Punjab
Procurement Rules, 2014 (PPRA-2014). We agree to abide by all instructions / conditions.
24. We hereby confirm to adhere to the delivery period required in the tender enquiry which would be the
essence of the contract and will be binding on us. In case of failure, we agree unconditionally to accept the
recovery of liquidated damages on belated supplies and shall have no objection on risk purchase made by
hospital to cop up the delayed supply.
25. Certified that the prices quoted against tender are not more than the trade price or the price charged
from any other Government/Autonomous Institution in the financial year 2015-2016 and in case of any
discrepancy, the supplier hereby undertakes to refund the price charged in excess when asked to do so.
26. Certified that the firm will replace the items free of cost in case of expiry at hospital premises due to non-
consumption.
Name of Bidder _______________
Designation __________________
Signature____________________
Company stamp_______________
FIRM BIODATA
NAME OF THE FIRM____________________________________________________
NAME OF THE PERSON__________________________________________________
SIGNATURE OF THE TENDERER____________________________________________
POSTAL ADDRESS_____________________________________________________
TELEPHONE NO. OFFICE ______________________ MOBILE NO.________________
SALES TAX REGISTRATION NO.___________________________________________
N.I.C NO.____________________________________________________________
NTN._______________________________________________________________
STAMP OF THE FIRM____________________________________________________
CONTRACT FORM
THIS CONTRACT is made at --------------on----------- day of------------ 200--, between the Government of Punjab,
the Health Department (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).
WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name)
being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item
(s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) cost per unit,
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the
General/ Special Conditions of this Contract hereinafter referred to as “Contract”:
2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,
viz:-
qq. Price Schedule submitted by the bidder, rr. Technical Specifications; ss. General Conditions of Contract; tt. Special Conditions of Contract; and uu. Procuring Agency’s Award of contract; and vv. Purchase Order
3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned,
the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein
in conformity in all respects with the provisions of this Contract.
4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and
Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the
provisions of this Contract at the time and in the manner prescribed by this Contract.
5. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full
disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and
warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as
aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or
other instrument, be void able at the option of Procuring Agency.
6. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through
arbitration. The Medical Superintendent WIC, WAZIRABAD or his nominee shall act as sole arbitrator. The decisions taken
and/or award made by the sole arbitrator shall be final and binding on the Parties.
7. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
8. If the firms provide substandard item and fail to provide the item the payment of risk purchase, the price difference shall be paid by the Firm
9. In case of supply of substandard product the destruction cost will be borne by the firm i.e. burning, Dumping, Incineration
IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________ (the place) and shall enter into force on the day, month and year first above mentioned.
Signed/ Sealed by the Manufacturer/ authorized Person Signed/ Sealed by Procuring Agency
1 ________________________________ 1 _________________________________
BID FORM 4
Firm`s Past Performance
Name of Firm
Bid Reference No.
Date of opening of Bid
Assessment Period. (One Year as per Evaluation Criteria)
Name of the purchase
/ institution
Purchase Order
NO.
Description of
Order
Value of Order Date of
Completion
Purchaser`s
Certificate
______________________________________
Bidders may use additional sheets if required
All certificates are to be attached with this form
BID FORM Validity
Date: ______
No. _______
To
The Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad,
Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the
said Bidding Documents.
We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements. If our bid is accepted, we agree that call deposit
of the firm shall be retained by the hospital as a security for the successful completion of the
contract.
We agree to abide by this bid for a period of six months from the date fixed for bid opening
under instruction to the bidders, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period. Until a formal Contract is prepared and executed, this bid,
together with your written acceptance thereof and your notification of award shall constitute a
binding Contract between us.
Name: _____________________
Signature: _____________________
Stamp of the Firm: _______________________
TECHNICAL BID
TENDER FOR THE PURCHASE OF X-RAY FILMS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION DRUG REGISTRATION
NUMBER
OFFERED BRAND
NAME
PACK SIZE
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
Samples of all items must be provided otherwise offer shall not be considered.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
FINANCIAL BID
TENDER FOR THE PURCHASE OF X-RAY FILMS & CHEMICALS FOR THE FINANCIAL YEAR 2015-2016
TENDER
ENQUIRY
S.NO.
NAME OF ITEM SPECIFICATION DRUG
REGISTRATION
NUMBER
OFFERED BRAND
NAME
PACK
SIZE
RETAIL
PRICE
TRADE
PRICE
PRICE
OFFERED PER
PACK
UNIT PRICE IN
FIGURES
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
Name of bidder_________________________________________________________
Sign and Stamp of bidder______________________________________________
TENDER FOR THE PURCHASE OF X-RAY FILMS & CHEMICALS
FOR THE FINANCIAL YEAR 2015-2016
Head Store Keeper Office Superintendent
DMS (Purchase)
Medical Superintendent Wazirabad Institute of Cardiology,
Wazirabad
OFFICE OF THE
MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Phone#055-6609101- Fax# 055-6601412
TENDER FOR CONTRACT OF CLEANLINESS / JANITORIAL SERVICES, FOR THE
YEAR, 2015-16 WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD.
Tender Fee Rs. 1000 Non-refundable
Date & Timing of receiving 30.03.2016 (10:30 a.m.)
Date & Time of Opening 30.03.2016 (11:30 a.m)
Venue Meeting Room WIC, Wazirabad
Earnest Money 2% of quoted annual price
_________
TERMS AND CONDITIONS FOR THE CONTRACT OF CLEANLINESS/JANITORIAL
SERVICES OF WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
1. The Contract will be initially for 03 months as a probation period and will be extended for further 09 months after satisfactory report, extendable for 03 months after expiry of one year contract.
2. The firm/contractor should have at least 03 years of experience in providing such services in public sector or government hospital of not less than 70 beds.
3. The firm or contractor must have some project in hand to show that firm is eligible / capable to provide in house services.
4. If pervious contract of any firm has been terminated due to poor performance (past experience in this institution), that will be not entertained. In case of frequent warning about performance, firm will not be eligible to obtain marks against the prescribed column of previous performance in WIC, Wazirabad.
5. The firm shall submit technical bid and financial bid in separate sealed envelopes as per PPRA rules, 2014.
HUMAN RESOURCES
a) There shall be at least one supervisor in each shift (morning, evening & night shifts and one reliever) who will be fully responsible for the area / floor cleanliness during duty hours. Total Three supervisors will be deputed.
b) The contractor will have to provide a working plan for services rendered. c) The age limit will be from 18 to 50 years for janitors and 25 to 50 years for supervisor d) Salary statement, attendance record & stock register will be submitted to the authorized officer
along with the invoice on 1st of every succeeding month. Deputy Medical Superintendent (Admin) will verify the bills within three days and submit the bills to the accounts branch on 5th of the same month for further proceeding by accounts branch.
e) In case of any dispute, decision of the HOI / MS, Wazirabad Institute of Cardiology, Wazirabad will be final and contractor will not challenge the decision in the any court of law.
f) Contractor will provide duty roster of the janitors and supervisors to the administration on monthly basis.
g) Janitors of the contractor will be bound to wear neat and clean uniform & badges, approved by the authority. In case of violation fine may be imposed by the Deputy Medical Superintendent (Admin) which will be at least Rs. 100/- to Rs. 1000/- per janitor per day.
h) Contractor will be bound to submit the medical report of the servants appointed, with-in seven days after assigning the contract by the hospital administration. In case of violation fine may be imposed @ Rs. 100/- per day, after stipulated period.
i) III-disciplined or the servants involved in immoral activities will not be allowed to serve in the hospital.
j) Contractor will be bound to change the servants unwanted by the hospital/college administration immediately.
k) Janitorial will work according to time table issued by the Deputy Medical Superintendent (Admin). The employees will work according to eight (8) hourly shifts.
l) Child labor rules and basic human rights will not be violated by the contractor. Age of workers less than 18 years or above 45 years will not be eligible to work.
m) Contractor will be bound to provide manpower according to contract on holidays especially Eid Day, Christmas Day etc., or in case of emergency (no extra charges will be claimed).
n) Contractor will be bound to provide sanctioned strength of janitors at all-time even on holidays. The contractor on his own expense will arrange relievers.
o) The successful contractor shall be bound to submit the verified statement, submission of the janitors regard receipt of salary in the previous month along with the bill for the next month as a routine.
MATERIALS.
a. The Contractor should quote item wise rate for the material to be consumed on monthly basis. Only the
Specified quantity of material of quoted brands should be consumed for maintaining the required
standard of cleanliness. However if excess material is required to maintain that standard of cleanliness
the cost of excess material will borne by the contractor.
b. Contractor will store the materials of the required brands (Scrub Machine and Grinding Machine) in the sub-store or general store of the hospital.
c. Supervisor nominated by the contractor will indent the material on daily basis after approval by the authorized officer.
d. Materials will be inspected by the Committee, nominated for the purpose, prior to depositing in the store.
e. Materials should be deposited on 27th of the each month in WIC, Wazirabad.
f. Authorized officer / Deputy Medical Superintendent (Admin) will sign the indent and will verify the stock register on daily basis. It will be the responsibility of the contractor to maintain the stock register, get the stock inspected and the authority to verify it in time.
AREA COVERED BY THE CONTRACT.
Contractor will be fully responsible to keep the following areas clean & tidy.
a) Whole covered area of hospital including walls, roofs ceiling fans and glass, baths and stores neat & clean and also disinfecting operation theatres etc., of Wazirabad Institute of Cardiology, Wazirabad according to the entire satisfaction of the Administration.
b) All the open areas like roofs, terraces, lawns, patios, ducts etc., shall also be kept neat and clean all the time by the contractor.
c) Contractor shall be responsible for round the clock cleanliness of the areas under contract.
RECTIFICATION REPORT
a) In case of any complaint or observation conveyed to the contractor or their supervisor by hospital authorities / AMS / DMS (Admin), the contractor will report the steps taken in order to rectify those observations in writing within stipulated time.
b) In case of failure to respond, the authorities may impose maximum fine Rs. 5,000/- (Rupees: Five Thousands only) per report/complain.
GENERAL TERMS & CONDITIONS
1. Taxes will be deducted from the company as imposed by the Government from time to time. 2. Contractor will not be allowed to participate in any political /immoral / illegal activities in the
premises of Wazirabad Institute of Cardiology, Wazirabad.
3. Contractor will not be allowed to sublet the contract. 4. In case of any dispute contractor will approach to the undersigned. If he is not satisfied with the
decision of the undersigned then he has the right to approach the Head of Institute Wazirabad Institute of Cardiology, Wazirabad whose decision will be final.
5. The undersigned has the right to cancel the contract at any stage and without issuing any prior notice in case of violation of TOR causing damage to prestige or property.
6. Contractor will be responsible for any theft or pilferage committed by any of his employees. That employee will be liable to punishment under the rules.
7. In case of breach of the contract by the firm, security will be forfeited partly or fully as decided by the undersigned.
8. Call deposit of the successful bidder will be transferable to the security account. 9. It will be the responsibility of the contracting firm to remove the dust / garbage from the hospital
premises in the polythene bags to the garbage disposal area in hospital in accordance with the Government Policy.
10. Hospital waste (paper waste / plastic waste, empty cartons) will be the property of the hospital. 11. Any condition/ clause of the contractor can be included / amended if required in the interest of the
hospital with the mutual understanding of both the parties.
12. Contractor will bring its own equipment and tools required for cleanliness etc. Equipment must be approved by the Authorized Officer before commencement of contract.
13. In case of strike of his workers/janitors, he shall be fully responsible for the unrest and a fine of Rs. 5000/- shall be imposed by the authorities.
14. Experience / Satisfactory Performance Certificate of previous & current contracts should be provided by the client.
15. A list of Expertise regarding human resource etc., Clientage equipments& machinery should be attached.
16. In case of missing/ theft of any bathroom accessories the company is responsible to provide / replace it with immediate effect and keep it functioning.
17. The contractor should not violate himself or allow his janitors to violate the rules of environmental
protection agency. In case of violation of the rules the contractor may be fined up to Rs. 5,000/- at
one time and legal action will be initiated against his.
18. Contractor shall be responsible for personal hygiene of the janitors.
19. Any firm having ISO-14000 Certificate will be preferred.
20. The firm/contractor with experience after ISO-Certificate in providing the janitorial services in
Private /Public sector and Government Hospitals will be preferred.
21. Any company/contractor, with a public or private limited entity and maintaining the accounts
auditable by
the registered chartered accounts firms, will be preferred.
22. The firm / contractor registered with Social Security & EOBI and also applied the Labour laws.
23. The firm / Contractor should have registered with international solid waste Management Services
Monitoring Authority.
24. If the firm / contractor was black listed regarding janitorial services and terminated from any
institute / Organization during contract for poor performance, it will not be considered.
25. If the firm/contractor have provided wrong information/illegal documents to the institution, after
securitization the hospital authority will dis-qualify the firm.
26. In case of dispute, decision of the Medical Superintendent, Wazirabad Institute of Cardiology,
Wazirabad will be final and contractor will not challenge it in any Court Law.
27. If the firm fails to execute the contract according to TOR or there is poor performance of the firm in
the hospital or authority cancel the contract due to any reason then deposited security amount of
the firm will be forfeited which will not be challengeable in any Court of law.
28. The offer of the firm will be cancelled if contractor pay below Punjab Government minimum pay for
8 hours duty.
29. If any worker is found in taking bribe from patients / Relatives, his / her services will be terminated
and a fine of Rs.5000/- will be imposed on company.
30. Contractor will provide undertaking on a stamp paper of Rs. 100/-, that the firm is never suspended
black listed / defaulter of any Government / Semi Govt., and public Sector.
31. Demo of the equipment / material for cleanliness is mandatory in the hospital, as and when
desired and in case of failure to do so by any of the participating firm, the offer of that firm will
not be entertained.
32. The hospital can enhance the staff in future according to the requirement of hospital.
Medical Superintendent
Wazirabad Institute of Cardiology, Wazirabad
UNDERTAKING
1. We hereby confirm that we have read carefully all the terms and conditions of the tender enquiry
due for opening on 30-03-2016 for the maintenance contract of Cleanliness / Janitorial Services of
hospital in addition to the conditions laid down and also, all the special instructions attached with
the tender enquiry. We agree to abide by all these instructions / conditions.
2. We hereby confirm to adhere to the laid down terms and conditions. In case of failure, we agree
Un-conditionally to accept the recovery of liquidated damages on delayed services.
3. Certified that the prices quoted against Tender are not more than the prices charged from any
other purchasing Agency in the country in the financial year 2015-16 and in case of any
discrepancy, the tenderer hereby under takes to refund the price charged in excess as and when
asked to do so.
Name of the Firm: _______________________________________ Signature____________
Name of the Contractor;__________________________________________________
Postal Address;_________________________________________________________ Telephone
No; _______________ Business; ______________ Residence:_______________
N.I.C No; ___________________________
NTN No: ________________________________
N.B Attach Photo Copy of N.I.C____________________________________
COMPANY STAMP
TECHNICAL CRITERIA PROFORMA AND ELIGIBILITY CRITERA FOR
WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
SR.NO ATTRIBUTE MARKS
1
Facilities available e.gequipments, scrub machine, grinding machine, moping
machine or any other (1 no for each) (subject to verification) 5
No of technical/qualified staff for cleanliness /janitorial services up to (50
janitors/03 supervisors) in case of non-provision of degree/certificate of
qualification the firm will eligible for only 50% marks.
10
2
Financial position/soundness latest income tax paid.
financial statement including firms/companies balance sheet .the firm applying
should have sound financial position, with bank certificates from concerned branch
.(attach proof).
10
3 Previous experience with any Government institution (in case of frequent written
warnings ,he firm will not be eligible to obtain marks ) 6
4 Clientage list/contractor janitorial services experience in any government
institutions/private sector(50% marks for each category ) 14
5 N.T.N certificate /GST certificate/EOBI certificate/social security (5 No for each
category) 20
6 ISO CERTIFICATION FOR SUCH SERVICES
(subject to submission of original certificates & verification through online ) 5
7
Reputation of company/per
formance certificates from other government institutions(2 No for each
department )
10
8
The firm should have current janitors/supervisors strength of minimum
100./working plan/the firm should have registered with international solid waste
management services monitoring authority.(7 Nos for each category)
20
TOTAL MARKS (100%) 100
Passing marks= 70
Technical Comments Pass
LIST OF JANITORIAL MATERIALS/CHEMICALS MACHINES AND JANITORIAL STAFF
WAZIRABAD INSTITUTE OF CARDIOLOGY, WAZIRABAD
Sr.No. Material / Chemical QTY PER MONTH 1. Liquid bleach 10 ltrs 2.Phenyl (3 Ltr) 20 Bottles 3.Phenyl (balls) 3 kg 4.Sweep acid (1Ltr) 20 Bottles 5.Vim 10 kg 6.Taat 40 kg 7.Surf 10 kg 8.Phhul Broom 50 kg 9. Broom with Karri 15No. 10. Mop wet 20 piece 11.Mop dry 20 piece 12.Wiper (Standard Size) 20 piece 13. Large Viper Taat 30 Kg 14. Duster 30 Kg 15. Toilet Brush 10 No. The company will also arrange:
scrub Machine
Grinding Machine
Janitors Staff
Janitors 35 Nos
Supervisors 04 Nos
Note: The rates are with Material.
Medical Superintendent
Wazirabad Institute of Cardiology,
Wazirabad
WAZIRABAD INSTITUTE OF CARDIOLOGY,
WAZIRABAD Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
BIDDING DOCUMENTS
Bidding Documents of WIC, Wazirabad for Medical Gasses
for the year 2015-2016.
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
To _________________________________
_________________________________
_________________________________
INVITATION TO TENDER NO. DUE 30/03/2016
Dear Sir
You are hereby invited to submit your tender for the store as detailed in schedule to this invitation to
tender subject to the conditions mentioned hereunder as well as stipulated in the schedule. The contract resulting
from this invitation to tender shall be governed by the PPRA Rules.
The purchaser does not pledge himself to accept the lowest tender and reserves the right of accepting the
full or part quantity offered and the tenderer shall supply the same at the quoted rate. The tenderer shall be
required to quote full quantity as specified in the tender form.
TENDER 2015-2016
Tender Name. Medical Gases
Tender selling date. 07/03/2016
Tender deposit / opening date 30/03/2016
Tender Deposit Time 10: 30 am
Tender Opening Time 11:30 am
Yours truly
For and on behalf of Medical Superintendent
Wazirabad Institute of Cardiology, Wazirabad
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
TENDER 2016-2017
TENDER FILLING INSTRUCTIONS
1. All purchases shall be made from the manufacturers / suppliers prequalified and registered with the Health Department.
2. Rates must be clearly typed and tender will not be entertained if written with pencil and pen. 3. Quote your rates on our form and fill all the columns properly. If you have alternate(s) or option(s)
just write “A, B, C” with Serial Number e.g. 2-A, 2-B, 2-C……... Or if you find the space insufficient then design the same, but don’t change the structure/template of form.
4. Complete/Fill columns of No. in Each Pack(Box Containing), Rate Per Pack, Unit for Required Rate, Rate Offered otherwise item will not be entertained in comparative statement.
5. Be careful regarding calculations. If your quoted item and price does not match the No. in Each Pack (Box Containing), then the lesser rates per unit will be considered in comparative statement.
6. Over-writing /cutting should be avoided, if inevitable must be signed. 7. Tender should be sealed and write the tender category and opening date on the envelope. 8. Please sign and stamp each paper of tender for this office. 9. Any offer not received as per terms and conditions of the tender shall be liable to be ignored. 10. No offer shall be considered if:
received without earnest money;
received after the time and date fixed for its receipt;
the tender is unsigned;
offer is ambiguous;
offer is conditional;
offer is from a firm, blacklisted, suspended or removed from the approved list;
offer is received by telegram;
offer received with shorter validity than required in the tender enquiry; and
offer is not conforming to specifications indicated in the tender inquiry.
All terms and conditions are accepted
And quoted rates are inclusive of all taxes
_______________________________________
Signature and Name of Proprietor / Authorized Person
______________________________________
Firm’s Name
_______________________________________
Phone No.
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
TENDER 2015-2016
FIRM / COMPANY INFORMATION
Firm’s Name
Head Office Address
Phone No
E-mail Address
FAX No.
Web. No.
The contracting firm shall maintain an office with regular staff in Wazirabad during contract period.
Wazirabad Office Address
Phone No
E-mail Address
FAX No. Web. No.
Please mention Chamber of Commerce Registration (CCR) (attach copy)
C.C R.No. Date of Issue Validity Date.
Firm must have National Tax Number and General Sales Tax Number (attach copy)
National Tax Number
General Sales Tax Number
NOTE: TENDER OF A FIRM WHICH DOES NOT HAVE NATIONAL TAX NUMBER (NTN) AND
GENERAL SALES TAX NUMBER (GST) WILL NOT BE ENTERTAINED
All terms and conditions are accepted
and the above mentioned information are correct.
___________________________________________
Signature and Name of Proprietor / Authorized Person
____________________________________________
Firm’s Name
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
TENDER 2015-2016
GENERAL TERMS AND CONDITIONS
1. Quote your rates on contract basis valid for one year. (Extendable for further three months).
2. Please quote the final price inclusive of all kind of taxes: general sales tax, income tax etc.
3. The tenderer shall certify that the prices quoted against tender are not more than the prices charged to any agency (Government or Private) in Pakistan and in case of any discrepancy, the tenderer shall undertake to refund the price charged in excess.
4. In case the offering firm is quoting the store (s) of any local or foreign manufacturer or importer, it will submit with the offer an authority letter from such manufacturer/importer for the particular store (s). The firm will also submit an undertaking from the manufacturer/importer that in case it fails to fulfill its contractual obligations/supply then they will be responsible for the same.
5. Support your quotations with literature and samples.
6. Attach original tender purchase receipt.
Receipt No. Date Amount
7. Get your old security if there is no pending supply against it. Any previous security is not adjustable.
8. Attached call deposit of 02% of the total bid value as security deposit in favour of Medical Superintendent, Wazirabad Institute of Cardiology, Wazirabad. Details of Call Deposit are:
Number Date Bank Name. Amount.
02% of the
total bid value
9. Head of Institution / Medical Superintendent or his nominee reserves the right(s) to accept or cancel the tender fully or partially without assigning any reason that cannot be challenged in any court of law.
All terms and conditions are accepted
And quoted rates are inclusive of all taxes.
_______________________________________
Signature and Name of Proprietor / Authorized Person
_______________________________________
Firm’s Name
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
TENDER 2015-2016
TERMS AND CONDITIONS
1. Quote your rates on F.O.R basis on free delivery at consignee’s end, inclusive of all kinds of taxes
(general sales tax, income tax, etc.) and carriage charges.
2. The rates once concluded will be final and contractor shall be bound to supply the stores on the
concluded rates throughout the contract period and any extended period, irrespective of currency
devaluation or any duty imposed by the government or other reason(s).
3. Contractor shall not supply expired, defective, substandard, spurious, counterfeited, forged or
inferior quality instead of approved material / ordered items.
4. Contractor shall be bound to supply the stores in full otherwise bill will not be processed till the
completion of supply.
5. Contractor shall supply the stores within specified time as and when the purchase order will be
issued.
6. If the contractor makes delivery after specified time, shall be treated as per rules.
7. If the contractor fails to supply any ordered item(s) within specified period, the same shall be
purchased from the open market or from the next lowest (from acceptable offers) on risk purchase
basis, without any notice to the contractor. The said sum will be deducted from the next bill/security
deposit of the contractor and will be treated as per rules.
8. The contractor shall submit three copies of bill against supplies at the time of delivery to the
Storekeeper together with a copy of purchase order and delivery challan.
9. Deductions (tax, L.D charges, etc.) shall be in accordance with the government rules.
10. The contractor will be responsible for the quality and safety of the provided material, failure to do so
will make him liable for legal action under prevailing law and any other penalty decided by the
hospital authority.
All terms and conditions are accepted
And quoted rates are inclusive of all taxes
_______________________________________
Signature and Name of Proprietor / Authorized Person
_______________________________________
To
The Medical Superintendent
Wazirabad Institute of Cardiology,
Wazirabad.
CERTIFICATE
It is certified that the price quoted against the tender in the Wazirabad Institute of
Cardiology, Wazirabad is not more than that charged to any agency (Government or Private) in
Pakistan and in case of any discrepancy, the firm hereby undertakes to refund the price charged
in excess. It is also certified that the stores (in the case of contract) shall be supplied exactly in
accordance with the requirements specified in the schedule.
In case of failure, I/we agree to accept the recovery of belated charges on supplies @ 2
% per month or part thereof. It is hereby confirmed that all the rules and regulations prescribed
in the Purchase Manual shall be abide by the firm.
All terms and conditions are accepted
and quoted rates are inclusive of all taxes
_________________________________
Signature and Name of Proprietor / Authorized Person
_________________________________
Firm’s Name.
OFFICE OF THE MEDICAL SUPERINTENDENT
WAZIRABAD INSTITUTE OF CARDIOLOGY ,WAZIRABAD
Ph. # 055-6609104-6, (Ext.112) Fax. # 055-6601412
FOR THE YEAR 2015 - 2016
S.# NAME OF ITEMS REQUIRED UNIT RATE OFFERED
FILLING OF:
1 Medical Oxygen Gases:
MF 48CFT Per Cylinder.
MM 300CFT Per Cylinder.
2 Nitrous Oxide Gases:
XJ 8370 LIT Per Cylinder.
XE 1620 LIT Per Cylinder.
XD 810 LIT Per Cylinder.
Hellium Gas:
9 CM3 Per Cylinder.
3 Nitrogen Gas:
6.229 M3 Per Cylinder
4 Maintenance Charges of Cylinder:
Replacement of Oxygen Valve. Per Cylinder
Replacement of Nitrous Valve. Per Cylinder
Hydraulic Testing. Per Cylinder
Drying Out Charges. Per Cylinder
Spindle Replacement Per Cylinder
Painting Charges. Per Cylinder
5 Supply of Liquid Oxygen Through
Tank.
A Liquid Oxygen with Delivery
Charges
Per M3
B Tank Rent Per Month.
WAZIRABAD INSTITUTE OF CARDIOLGY, WAZIRABAD
STATIONARY ITEMS RATES ARE ON F.O.R.
BASIS TENDER 2015 - 2016
S.# ITEM NAME REQUIRED SIZE SPECIFICATION BRAND,
MANUFACTURER,
ORIGION
PACK
SIZE
QTY RATE
1 Blue Ball Point Standard 10 pieces per box 500
2 Red Ball Point Standard 10 pieces per box 500
3 Black Ball Point Standard 10 pieces per box 50
4 Stamp Pad Blue Standard 100
5 Stamp Pad Black Standard 100
6 Stapler Regular 70
7 Stapler Large 15
8 Stapler pin Regular 10 pieces per box 500
9 Stapler pin Large 10 pieces per box 4
10 Steel Scale 1' 80
11 Whitener Standard 100
12 Rolled Register 500 pages 500
13 Register 35 No. 50
14 Paper For Laser Printer, 500 sheets ream Size A4 80 gm
Imported
Per Ream 2000
15 Paper For Photocopy machine 500 sheets ream Size A4 70 gm
Imported
Per Ream 1500
16 PUC Paper Rim 500 sheets ream LEGAL Per Ream 100
17 Paper Rim 500 sheets ream LEGAL 200
18 Bold Marker Blue 10 pieces per packet 100
19 Bold Marker Red 10 pieces per packet 100
20 Bold Marker Black 10 pieces per packet 100
21 Common Pin Standard Size 30
box
22 Notice Board 3' *4' 5
23 Notice Board 6' * 4' 5
24 Stock Register 500 pages 50
25 Master Stock Register As Per Sample 2
26 Paper Punch Machine Single As Per Sample Best quality 50
27 Paper Punch Machine Double As Per Sample Best quality 50
28 Sticky Notes As Per Sample 100
29 Highlighter (Yellow,Green,Orange) 10 pieces per packet Per Packet 100
30 Lever Files(Ring Files) As Per Sample As Per Sample Per No. 100
31 Lead Pencil Best Quality 10 pieces per packet Per No. 35
32 Sharpner Best Quality Per No. 170
33 Erasers Best Quality Per No. 170
34 Blanko with Thinner As Per Sample As Per Sample Per No. 70
35 Water Temper As Per Sample As Per Sample Per No. 35
36 Paper Cliper Large,Medium Per No. 300
37 Dispatch Register 500 pages 10
38 Diary Register 500 pages 10
39 File Movement Register 500 pages 10
40 Leave Account Register 500 pages 10
41 Attendance Register As Per Sample Best quality 20
42 Toner for photocopy machine 5
43 Cotton Tag 15". 50 Pieces Pack Best quality Per Pack 50 44 Paper Cliper Small 300 45 Note Books As Per Sample As Per Sample 50 46 Paper Weight Set As Per Sample As Per Sample 4 47
Gum Stick As Per Sample 10 pieces per packet per
packet 4
48 Glue Botle Liquid 1 liter 2 49 Calculator 12 digit 50 50 Expense Register 500 pages 30
Note: The sample will be provided on 24-03-
2016
WAZIRABAD INSTITUTE OF CARDIOLGY,
WAZIRABAD
GENERAL STORE - GENERAL
ITEMS
TENDER 2015 - 2016
RATES ARE ON F.O.R.
BASIS
S.# ITEM NAME REQUIRED SIZE SPECIFICATION
BRAND,
MANUFACTURER,
ORIGION
PACK
SIZE QTY RATE
1 Scotch Tape With Machine Standard Per Roll 2
2 Binding Tape 12
3 Log Book for Vehicle Standard Fine Binding
100 pages 10
4 Air Freshner As Per Sample Best quality 200
5 Brush Cleaner for ambulance standard 2
6 Tissu Rolls 10 pieces per
pack 5000
7 Tissu Box As Per Sample 2000
8 Dust Bin with paddle cover Medium Size 250
9 Soap 75 Grm Dettol 2000
10 Hand Wash 250 ml Safe Guard 30
11 Detergen Powder 1 kg 1500
12 Liquid Soap 1 liter 200
13 Table Lamp As Per Sample 20
14 Emergency
Lights(Chargeable) Medium,Large 200
15 Battery Cell Large Size 100
16 Battery Cell Medium Size 100
17 Battery Cell Small Size 100
18 Syringe Cutter As per sample 1000
19 Cylinder Gage 240 CFT 30
20 Cylinder Gage 48 CFT 30
21 Ragulator 48 CFT 30
22 Yellow Box with dhory 9 * 9 Per KG 6000
23 Yellow Shoper 24*40 Per KG 2000
24 Yellow Shoper 24*36 Per KG 2000
25 Yellow Shoper 30*40 Per KG 2000
26 White Shoper 24*40 Per KG 2000
27 White Shoper 24*36 Per KG 2000
28 White Shoper 30*40 Per KG 2000
29 Shower Botle 1 liter 100
30 Refregirator Lage 5
31 Insect Killer As Per Sample 500
32 Spry Pump Best Quality 10
33 Grass Scissor Large Size 5
34 Scissor Small 20
35 Spry Oil Best Quality 4 liter 100
36 Kulhari As Per Sample As Per Sample 10
37 Rambha As Per Sample As Per Sample 10
38 Kahhi As Per Sample As Per Sample
39 Spirit Lamp As Per Sample As Per Sample No. 5
40 Syringe Sealer No. 10
pkt
41 Table Lamp As Per Sample As Per Sample No. 5
42 Mortar & Pestle Medium Size No. 2
43 B.P Apratus Mercury No. 20
44 B.P Apratus with stand Mercury No. 5
45 Gass Burner As Per Sample As Per Sample No.
8
Pieces
46 Cable Wire Lan Cat 6 4 pair 2 coil
47 Cable wire 2 pair 2 coil
48 PTCL copper wire Best Quality 2 coil
49 White Energy Saver Screw 45 w 200
50 White Energy Saver Screw 23 w 2000
51 Screw Holder with cover 45 w 50
52 Wire 2 core coil 40/76 100 Gaz 10
53 Wire coil 3/29 100 Gaz 100
54 Wire coil 7/29 100 Gaz 100
55 Steel Almirah 6' * 3' 25
56 Wooden Almirah 6' * 4' 25
57 Iron File Cabnet 7'*5'*2' 10
58 Wall Clock As Per Sample As Per Sample 50
Note: The sample will be provided on 24-03-2016
WAZIRABAD INSTITUTE OF CARDIOLGY, WAZIRABAD.
TENDER BUILDING / ELECTRIC ITEMS
TENDER 2015 - 2016 RATES ARE ON FOR
BASIS
S.#. ITEM NAME REQUIRED
SIZE
BRAND,
MANUFACTURER,
ORIGION
PACKING QTY PACK
RATE
UNIT
RATE
1 Ranch 14" 2
2 Line tester phone set Standard 1
3 Punch down tool Best Quality 1
4 Screw drivers set Starndard 2
5 Digital multimeter Starndard 1
6 Digital multimeter cell Best Quality 2
7 Knife cutter set Starndard 1
8 Lan cable remote test tester RJ45+RJ11 1
9 Pliers set (combination, cutting, nose Starndard 1
10 Telephone networking connector
crumping pliers Best Quality 1
11 T.B Box Best Quality 25
12 L. key set Best Quality 1
13 Telephone surface mount box Best Quality 25
14 Head phone for consul phone set Best Quality 1
15 Telephone wire spiral
(white + 3 meter) Best Quality 25
16 Connectors RJ45+RJ11 50
17 Line testing lead Best Quality 5
18 Telephone set ringer Best Quality 20
19 RJ45+RJ11 Male to Male
connector plug joiner coupler As per sample 20
20 Tester screwdriver set As per sample 1
21 Nylon wire tie, Zip 8", 12" 2 packet
22 Cable clump 4mm, 8mm 2 packet
23 CP-Nipel 1" 120
24 CP-Nipel 1 1/2" 120
25 CP-Nipel 2" 72
26 Spindle 2 1/2 (sotar) 144
27 Muslim Shawar Best Quality 120
28 Muslim Shawar Pipe Best Quality 60
29 Defil Tape Starndard 120
30 Camoad Sefil Bottle Size 24
31 Camoad Fluid Best Quality 36
32 Flesh Tanki Fluid Best Quality 36
33 Connection Pipe 2' 24
34 Camoad Washil Best Quality 48
35 Head 2 1/2 (sotar) 48
36 Ball Wall 3/4" 24
37 Ball Wall 1/2" 24
38 Barrel Nipel 1/2" 36
39 Barrel Nipel 3/4" 36
40 Drill Machine Hildy 2
41 Grander 9" 2
42 Pipe Ranch 12" 1
43 Pipe Ranch 14" 1
44 Pipe Ranch 18" 1
45 Screw ranch 6" 1
46 Screw ranch 10" 1
47 Screw ranch 12" 1
48 Heater PPR Best Quality 1
49 PPR cutter Best Quality 1
50 Ratcher Die (Chori) Complete Set 1
51 Pipe Cutter GI 1
52 Plass Complete Set 1
53 Saw As per sample 1
54 Paich kus Complete Set 1
55 Paich kus 1' 1
56 Mili Meter Best Quality 1
57 Digital Meter Best Quality 1
58 Clump Meter (Ampair) Best Quality 1
59 Tester Complete Set 1
60 L. key Complete Set 1
61 File set Complete Set 1
62 Ranch Complete Set 1
63 Pull share set Complete Set 1
64 Gotti Rod Complete Set 1
65 Thimbal Press Best Quality 1
66 Hammer(Hathori) 500 g 1
67 Chheni Steel 6" 1
68 Chheni Steel 1' 1
69 Knife cutter Starndard 1
70 Aari Fream 1' 1
71 Bloor Medium 1
72 Level Large 1
73 Level Medium 1
74 Grees gun Starndard 1
75 Insulation Tape 10 pieces per
packet 10
76 Safety Gloves 1 set (right and
left) 2
77 Safety Belt Medium 2
78 Verma Set All Size 1
79 Down Light Holder Screw 23 w 100
80 Selector Switch Best Quality 30
81 Earth Leakage Breaker 63 Ampair 15
82 Single Pool Breaker 10 Ampair 30
83 Slive Wire Best Quality 1
84 Three pin show As per sample 36
85 Three pin convertor As per sample 36
86 Solution Tape Best Quality 30
87 Rawal plug pvc 10 pieces per
packet 6
88 Kharpeacher 1" 1
89 Kharpeacher 1 1/2" 1
90 Kharpeacher 2 1/2" 1
91 Rawal Bolt Box 2 1/2 (sotar) 1
92 Beam Light 1000 w 20
93 Bush Botton As per sample 12
94 Boor Bell Starndard 10
95 Emergency Alarm Starndard 12
96 Fire Estinguisher As per sample 50
97 Water Dispenser with bottle Best Quality 20
98 Bracket Fan Electric Medium 25
99 Exhast Fan 24" 10
100 Ceilling Fan As per sample 10
101 Door Lock Steel 5" 5
102 Lock 50 Mm 50
103 Draz Lock Standard 50
104 Windows Blinds 8' * 4' 50
105 Windows Blinds 6' * 4' 50
106 Water filter court ride thread large
(complete set) 25" 10
107 Iron Stair 7' 5
108 Iron Rack 7*5*2 80
109 Wall Clock As Per Sample As Per Sample No. 10
Note: The sample will be provided on 24-03-2016
WAZIRABAD INSTITUTE OF
CARDIOLOGY, WAZIRABAD
RADIOLOGY
DEPARTMENT
TENDER 2015-2016 RATES ARE ON F.O.R.
BASIS
S.# ITEM NAME REQUIRED
SIZE QUALITY APPROX. QTY
1 Blue X-Ray Film 08"*10" Best
quality 10 packet
2 Blue X-Ray Film 10"*12" Best
quality 10 packet
3 Blue X-Ray Film 12"*15" Best
quality 70 packet
4 Blue X-Ray Film 14"*14" Best
quality 70 packet
5 Blue X-Ray Film 14"*17" Best
quality 20 packet
6
Blue X-Ray
Cassettes with
Screen
8"*10" Best
quality 5
7
Blue X-Ray
Cassettes with
Screen
10"*12" Best
quality 5
8
Blue X-Ray
Cassettes with
Screen
12"*15" Best
quality 8
9
Blue X-Ray
Cassettes with
Screen
14"*14" Best
quality 8
10 Blue X-Ray
Cassettes with 14"*17
Best
quality 4
Screen
11 X-Ray Hanger 08"*10" Best
quality
4
12 X-Ray Hanger 10"*12" Best
quality
4
13 X-Ray Hanger 12"*15" Best
quality
5
14 X-Ray Hanger 14"*14" Best
quality
5
15 X-Ray Hanger 14"*17" Best
quality
4
16 Safe Light Standard Best
quality
4
17 Developer, Fixer
Water Tank
Standard Best
quality
5
18 Auto Chemical
Developer Kit
Standard Best
quality
30 Kit
19 Auto Fixer Kit Standard Best
quality
30 Kit
20 Lead Uperon Standard Best
quality
3
21 X-Ray Illuminators Standard Best
quality
3
22 Dosimeter Standard Best
quality
10
WAZIRABAD INSTITUTE OF CARDIOLGY,
WAZIRABAD
MEDICINE IN BULK
RATES ARE ON FOR
BASIS
TENDER 2015-2016
S.# MEDICINE NAME. REQUIRED
STRENGTH
BRAND,
COMPANY,
ORIGION
APPROX.
QTY
PACK
RATE
UNIT
RATE
RETAIL
PRICE REMARKS
1 Inj. Aminophyline 250mg 2000
2 Inj. Amikacine 500mg 8000
3 Inj. Dobutamine 250 mg 2400
4 Inj. Insuline 70/30 10ml 2000
5 Inj. Methylprednisolone
Sodium Succinate 40 mg 1000
6 Inj. Hydrocortisone Sodium
Succinate 250 mg 8000
7 Inj. Magnesium Sulphate 4g 1500
8 Inj. Ranitidine 50 mg 30000
9 Inj. Isosorbide Dinitrate 6.4 mg 20000
10 Inj. Haemaccel 500 ml 10000
11 Inj. Ringer Lactate with set 1000 ml 10000
12 Inj. Norepine 2 mg (Amp 2
ml) 2500
13 Inj. Manitol 20% 500 ml 1200
14 Inj. Calcium Glucanate 20 ml 2500
15 Inj. Calcium Chloride 20 ml 2000
16 Inj. Enoxaparin 60 mg 8000
17 Inj. Enoxaparin 80 mg 8000
18 Inj. Diclofanic Sodium 75 mg 20000
19 Inj. Morphine 6.25 mg 3000
20 Inj. Naloxone 0.4 mg / ml 1000
21 Inj. Metroprolol 5 mg / 5 ml 5000
22 Inj. Dimenhydrinate 50 mg 10000
23 Inj. Midazolam 5 mg / 5 ml 10000
24 Inj Streptokinase 1.5 miu 6000
25 Inj. D/W 25% 20 ml 5000
26 Inj D/W 5% 1000 ml 1500
27 Inj. Lignocaine 2% 8000
28 Lignocaine Gel 2% 4000
29 Inj. Sodium Bicarbonate 8.4% (20 ml) 3000
30 Inj. Omeprazole 40 mg 10000
31 Inj. Tranexamic Acid 500 mg 1200
32 Inj. Verapamil 2.5mg 5000
33 Inj. Adenosine 3000
34 Inj. Levofloxacine with set 200 mg 1500
35 Inj. N/Saline with set 100 ml 10000
36 Inj. Insuline – R 10 ml 2000
37 Inj. Insuline – N 10 ml 1200
38 Inj. Vancomycin 500 mg 1000
39 Inj. Dopamine 200 mg 3000
40 Inj. Amiodarone 150 mg 2500
41 Inj. Potassium Chloride 15% 1000
42 Inj. Pheniramine Maleate 25 mg 3000
43 Inj. Ampicillin + Cloxacillin 500 mg 1500
44 Inj. Benzyl Penicillin 10 Lac UnitVail 10000
45 Inj. Gentamycine 80 mg 6000
46 Inj. Adrenaline 1 ml 6000
47 Inj. Atropine 1 ml 10000
48 Inj. Digoxin 0.5 mg 8000
49 Inj. Dexamethasone 4 mg 3000
50 Inj.Metclopramide 10 mg 2500
51 Inj. Vitamin K 10mg 600
52 Inj. Sodium Nitroprosside 50mg 1200
53 Inj. Propofol 1% 600
54 Inj. Diazepam 10mg 4000
55 Inj. Tramadol 100mg 1200
56 Inj. Dextrose Sline 500ml 5000
57 Inj. Ciprofloxacin 200mg 3000
58 Inj. Haloperidol 5mg 1000
59 Inj. Co-Amoxiclav 1.2g 8000
60 Inj. Tirofiban 0.25g 1200
61 Inj. Mathyldopa 250mg/5ml 500
62 Inj. Atrelax 50mg 600
63 Syp. Lactulose 120 ml 3000
64 Syp. Paracetamol 60 ml 2000
65 Syp. Ammonium Chloride 60 ml 2000
66 Nitroderm Patch 5000
67 Syp. Mucaine 120 ml 8000
68 Nystatin Oral Drops 100000 I.U 4000
69 Inj. Tetanus Toxoid 0.5 ml 500
70 Nitronal Spray 1000
71 Inj. D/Water 5 ml 120000
72 Tab Furosemide 40 mg 300000
73 Tab Furosemide + Tab
Amiloride (Lasoride) 40 mg + 5 mg 300000
74 Tab Diltiazem 60 mg 100000
75 Tab Domperidone 10mg 20000
76 Tab Bisoprolol 5 mg 200000
77 Cap Esomeprazole 20 mg 400000
78 Cap Omeprazole 20 mg 400000
79 Tab Spiromide 40 mg 200000
80 Tab Digoxin 0.25 mg 50000
81 Tab Amlodipine 5 mg 300000
82 Tab Clopidogrel 75 mg 500000
83 Tab Potassium Chloride (
Neo-K) 500 mg 36000
84 Tab Carvedalol 6.25 mg 300000
85 Tab Glyceryl Trinatrate 0.5 mg 300000
86 Tab Glyceryl Trinatrate 2.6 mg 300000
87 Tab Glyceryl Trinatrate 6.4 mg 300000
88 Tab Isosorbide Mononitrate 20 mg 360000
89 Tab Lisinopril 5 mg 300000
90 Tab Lisinopril 10 mg 200000
91 Tab Isosorbide Dinitrate 10 mg 200000
92 Tab Orphenadrine Citrate +
Paracetamol 35/500 mg 300000
93 Tab Propranolol 10 mg 100000
94 Tab Atenolol 100 mg 200000
95 Tab Metoprolol 100 mg 300000
96 Tab Atorvastatin 20 mg 600000
97 Tab Simvastatin 20 mg 100000
98 Tab Captopril 25 mg 100000
99 Tab Enalapril 10 mg 200000
100 Tab Losartan 50 mg 500000
101 Tab Asprin 300 mg 600000
102 Tab Asprin Enteric-Coated 75 mg 600000
103 Tab Warfarin 5 mg 60000
104 Tab Trimetazidine 20 mg 100000
105 Tab Rosuvastatin 20 mg 200000
106 Tab Rosuvastatin 10 mg 200000
107 Tab Pracetamol 500 mg 100000
108 Tab Bromazepam 3 mg 24000
109 Tab Vitamin K 10 mg 6000
110 Tab Amiodarone 200 mg 20000
111 Tab Nebivolol 2.5 mg 36000
112 Tab Nebivolol 5 mg 36000
113 Tab Telmesartan 40 mg 100000
114 Tab Telmesartan 20 mg 100000
115 Tab Cipro floxacine 500 mg 200000
116 Tab Clopidogrel+Asprin 75mg+150 mg 400000
117 Tab Spironolactone 25 mg 100000
118 Tab Metformin 500 mg 300000
119 Tab Glimepiride 2 mg 300000
120 Tab. Candesartan 16 mg, 8 mg 200000
121 Tab. Valsartan +
Hydrochlorthiazid 160 mg + 25 mg 300000
122 Tab. Valsartan + Amlodipine
+ Hydrochlorthiazid
160 mg + 10 mg
+ 12.5 mg 350000
123 Tab. Amoxycillin 500 mg 200000
124 Tab. Ibuprofen 400 mg 200000
125 Cap. Ketoprofen 200 mg 300000
126 Tab Calcium Carbonate +
Vitamin C
1000 mg + 0.2
mg 400000
127 Tab. Paracetamol +Tramadol 325 mg + 37.5
mg 100000
128 Tab. Mecobalamine 1000 mcg 300000
129 Tab. Montelukast 10 mg + 5mg 200000
130 Tab. Furosemide + Tab
Spironolactone 40 mg 100000
131 Tab. Diclofenac Potassium 50 mg 100000
132 Tab. Metronidazle 400mg 300000
NOTE: The local and imported drugs & medicines would be supplied in with printing bold letter on the label of Ampules / Vials /
Bottles / Strips / Pack / Blister / Bisected Blister / Foil etc in addtion to the outer packing "WIC, WAZIRABAD PROPERTY,
NOT FOR SALE".
WAZIRABAD INSTITUTE OF CARDIOLGY,
WAZIRABAD
DISPOSABLE/SURGICAL IN BULK
RATES ARE ON FOR
BASIS
TENDER 2015-2016
S.# MEDICINE NAME. REQUIRED
STRENGTH
BRAND,
COMPANY,
ORIGION
APPROX.
QTY
PACK
RATE
UNIT
RATE
RETAIL
PRICE REMARKS
1 Air Way Disposable All Size 500
Peads
2 Breathing Ventilator Circuit with Elbow Adult 6000
3 Breathing Ventilator Circuit with Elbow Peads Size 1000
4 Elbow Connector 1200
5 Oxygen Mask Adult Size 12000
6 Foley’s Catheter two way (Registered) 16fr 4000
7 Foley’s Catheter two way (Registered) 18fr 2000
8 Urine Bag 2000 ml with no return valve
& drainage outlet Adult 6000
9 Endotracheal Tube withCuff FDA/CE No. 04 100
10 Endotracheal Tube withCuff FDA/CE No. 06 600
11 Disposable Syringe, Luer lock, Blister
pack 20 ml 5000
12 Disposable syringes 10 ml 24000
13 Disposable syringes 5 ml 600000
14 Disposable syringes 50 ml 5000
15 Disposable syringes 3 ml 100000
16 Disposable syringes (Insuline) 1 ml 10000
17 Disposable syringes 50 ml 2000
18 TPM Lead 6 F 1200
19 TPM Sheath 6 F 1200
20 ARP Needle No. 16 1200
21 Feeding Syringe 60 ml 5000
22 Branulla I.V with injection port &
integrated closing cone No. 20 100000
23 Branulla I.V with injection port &
integrated closing cone No. 22 100000
24 Branulla I.V No .24 5000
25 Black Silk 2/0 5000
26 Guide Wire 1200
27 T-Piece 1200
28 Three Way Stop Cock Standard 30000
29 Branulla I.V with injection port &
integrated closing cone No. 18 10000
30 Chest Electrodes Adult Size 300000
31 Nichiban 2 inch 10000
32 Micro Burret with chamber (60
microdrop = 1 ml) 100 ml 50000
33 Surgical Gloves No. 7 10000
34 Surgical Gloves No. 7 1/2 10000
35 Surgical Gloves No. 8 3000
36 Surgical Blade No. 23 1200
37 Surgical Blade No. 11 2400
38 Polythene Gloves Standard 20000
39 CVP Line (Triple Luman) FDA/CE 7 fr 3600
40 Gauze Swabs/ Sponges 10*25 cm 15
Ply 24000
41 Cotton Gauze Sponge 7.5*7.5 cm
16 Ply 24000
42 Absorbent Cotton Wool (BPC) 500 g 10000
43 Crape Bandages
6 inch Wide
4.5 meter
Length
10000
44 ECG Gel 5 Ltr 1000
45 ECHO Gel 5 Ltr 1000
46 ECG “Z” Fold Paper 80mm*70mm 5000
47 Examination Gloves (Latex) All Size 20000
48 Nasal Cannula Oxygen All Size 10000
49 Nebulizer Kit Adult 10000
50 Spirit Methylated 1 Liter
Gallon 600
51 Transparent Tape 3 inch 2000
52 Ambu Bag Peads Size 50
53 Ambu Bag Adult Size 100
54 Blood Transfusion Set Standard 1200
55 CVP Single Lumen FDA/CE Adult 1200
56 Face Mask Disposable All Size 12000
57 Manometer Line Male / Female 200 cm long 1200
58 Yaunker Suction Set All Types 600
59 Nasogastric Tube 16 fr 5000
60 Strillium Solution 100ml 8000
61 Endotracheal Tube withCuff FDA/CE No. 7 1200
62 Pigtail Catheter 6 fr 4000
63 ETT Stylet 120
64 Defibrillator Roll 3000
65 Pyodine Soultion 450 ml 5000
66 Pydoine Scrub 450 ml 1200
67 Suction Catheter No. 16 5000
68 Cotton Bandages 3" 12000
69 Sunny Plast Packs of 100 20000
70 Alcohol Swab Packs of 100 30000
NOTE: The local and imported drugs & medicines would be supplied in with printing bold letter on the label of Ampules / Vials / Bottles / Strips /
Pack / Blister / Bisected Blister / Foil etc in addtion to the outer packing "WIC, WAZIRABAD PROPERTY, NOT FOR SALE".
DEMAND OF KITS, CHEMICALS AND OTHER CONSUMABLE ITEMS FOR
PATHOLOGY DEPARTMENT
WAZIRABAD INSTITUTE OF CARDIOLOGY,WAZIRABAD (2015-16)
Sr.# Name of Item Catalog Dept Pack Type Equipment No of
Tests/Kit No of Kit
Req.
1 Blood Glucose OSR6221 CHE ML KIT Beckman Coulter
Analyzer (AU-480) 5200 4
2 Blood Urea OSR6234 CHE ML KIT -do- 4920 2
3 Serum Creatinine OSR6178 CHE ML KIT -do- 3960 2
4 S. Uric Acid OSR6198 CHE ML KIT -do- 2500 4
5 Serum Triglyceride OSR61118 CHE ML KIT -do- 3000 4
6 S. Cholestrol OSR6216 CHE ML KIT -do- 7320 2
7 H D L (Chol) OSR6187 CHE ML KIT -do- 740 15
8 L D L (Chol) OSR6183 CHE ML KIT -do- 740 15
9 Calcium OSR60117 CHE ML KIT -do- 2800 2
10 PO4 OSR6122 CHE ML KIT -do- 2360 2
11 HbA1C OSR6192 CHE ML KIT -do- 560 2
12 HbA1C
(Denature Reagent) OSR0004 CHE ML Pack -do-
8 x 250 ml
2
13 Bilirubin Total OSR6212 CHE ML KIT -do- 6280 2
14 Bilirubin Conj. OSR6111 CHE ML KIT -do- 920 10
15 ALT / SGPT OSR6107 CHE ML KIT -do- 2920 4
16 AST/ SGOT OSR6109 CHE ML KIT -do- 2920 4
17 Alk Phosphatase OSR6104 CHE ML KIT -do- 2980 4
18 Total Protein OSR6132 CHE ML KIT -do- 3000 4
19 S. Albumin OSR6202 CHE ML KIT -do- 4560 3
20 CPK OSR6179 CHE ML KIT -do- 920 5
21 CKMB OSR61155 CHE ML KIT -do- 460 4
22 LDH OSR6128 CHE ML KIT -do- 2560 1
Kits / Reagents - ISE
23 ISE Buffer OE66320 CHE ML KIT -do- 9434 3
24 ISE Mid Standard OE66319 CHE ML KIT -do- 12945 3
25 ISE Reference OE66318 CHE ML KIT -do- 20513 1
Calibrators and controls - Routine Chemistry and ISE
26 Multi Calibrator OE66300 CHE ML KIT -do- 2
27 Multi Control - 1 ODC0003 CHE ML KIT -do- 2
28 Multi Control - 2 ODC0004 CHE ML KIT -do- 2
29 ISE Low Serum
Standard OE66317 CHE ML KIT -do- 2
30 ISE High Serum
Standard OE66316 CHE ML KIT -do- 2
31 CK-MB Calibrator ODR30034 CHE ML KIT -do- 2
32 HbA1c Calibrator ODR3032 CHE ML KIT -do- 2
33 HbA1c Control ODC0022 CHE ML KIT -do- 2
34 HDL/LDL
Cholesterol Control ODC0005 CHE ML KIT -do- 2
35 HDL/LDL
Cholesterol Calibrator ODC0011 CHE ML KIT -do- 3
36 Cleaning Solution CHE ML KIT -do- 2
37 Washing Solution CHE ML KIT -do- 2
38 ISE Cleaning Solution CHE ML KIT -do- 2
39 ISE Selectivity Check CHE ML KIT -do- 2
40 Sapling Cup CHE ML Pkt -do- 1000 15
41 Serum Cup (Builet) CHE ML Pkt 1000 10
42 Blood Glucose KIT Manual Use for
Micro Lab 300 1
43 Urea KIT -do- 1
44 Createninie KIT -do- 1
45 Uric Acid KIT -do- 1
46 Bilirubin-Total KIT -do- 1
47 ALT KIT -do- 1
48 AST KIT -do- 1
49 Albumin KIT -do- 1
50 Alk phos. KIT -do- 1
51 Total Protein KIT -do- 1
52 Cholestrole KIT -do- 1
53 Triglyceride KIT -do- 1
54 HDL KIT -do- 1
55 LDL KIT -do- 1
56 VLDL KIT -do- 1
57 Trop-I/Trop-T No.
Suppling Company
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for
Trop-I/Trop-T
2500
58 PT Kit
Suppling Compny
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for PT
5000
59 APTT Kit
Suppling Compny
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for
APTT
4000
60 F T3 Kit
Suppling Compny
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for F T3
1500
61 FT4 Kit
Suppling Compny
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for FT4
1500
62 TSH Kit
Suppling Compny
will provide
Analyser /
Equipment and all
necessory
accessories /
Disposible etc for
quantitative
estimation for TSH
1500
63 ASOT SER ML KIT 100 5
64 RA Factor SER ML KIT 100 5
65 CRP SER ML KIT 100 5
66 HBs Ag Blood Bank
KIT
Imported (Name of
the test should be
impregnated on the
pack & device)
40 350
67 Anti HCV Blood Bank
KIT
Imported (Name of
the test should be
impregnated on the
pack & device)
40 350
68 HIV Blood Bank
KIT -do- 40 30
69 TP (Screening Test
for Syphlis) SER KIT `-do- 40 30
70 MP(Screening Test
for Malariya) SER KIT -do- 40 30
71 Mycodot (Screening
device for TB) SER KIT -do- 25 35
72 Typhidot SER KIT -do- 25 35
73 H.pylori SER KIT -do- 25 25
74 Widal Test(TO,
TH,AO,AH,BO,BH) SER KIT
5ml Vials set of six
vials Imported 100 10
75 Anti A Serum Blood Bank
ML KIT 10 ML of Vial (seal pack)
France/UK/Germany 10
76 Anti B Serum Blood Bank
ML KIT -do- 10
77 Anti D Serum Blood Bank
ML KIT -do- 10
78 Anti Human Serum Blood Bank
ML KIT 10 ML 2
79 Bovine Albumin 22% Blood Bank
ML KIT -do- 2
80 Blood Lancets KIT
Sterile, Stainless
Steel, Strip
packing, 200pcs /
packet, single use,
Made in Japan/UK
10 Packet
81 Test Tubes No.
Borosilicate Glass,
Rimless, Imported,
Size 12/13x100
mm
2000
Nos.
82 Test Tubes No. Glass 12x75
Imported
2000
Nos.
83 Test Tubes No. Plastic 13x75
Imported+caps
2000
Nos.
84 Test Tubes No.
Borosilicate Glass,
Rimless, Imported,
Size 16/17x150mm
2000
Nos.
85 Slide Save Rack No. 5
86 Microscope Slide No.
Ordinary clear
glass size 3”x1”
Ground Edges Box
of 72 Slides
Imported
200
Packets
87 Adhesive Paper Tape No. 1 Inch wide, Made
in Japan 10 Pieces
88 Rack For Test Tube No.
Plastic Local made
48 holes of 13& 19
mm diameter
20 racks
89 Cover Slips No.
Squre, Imported
(Germany). Size
22x22mm 200/pack
30 Packs
90 Counting Chamber
(Neubauer) HEM No.
Neubaur,
Improved, Double
Ruling with pair
ofcover slips in
case, made in
Germany.
2 Nos.
91 ESR Stand (Erka
Type) HEM No.
For 10 tubes
Metalic complete
with top clips and
botton stocks
15 Stand
92 HB Pipette HEM No.
Imported 10&20
microlitre with
mouth piece and
tube (Germany)
5 in Nos.
93 ESR Pipette HEM No.
Imported,
Graduated, 300mm
long for
ESR(Germany)
250 in
Nos.
94 Pipettes
(GRADUATED) HEM No.
Made in
England/Germany,
1ml,2ml,5ml&10ml
4 Nos.
each
(Total=16
Nos.)
95 Hemoglobin Solution HEM ML Botle 1000ml packing,
Imported 1
96 Giemsa Stains Micro ML Botle 500ml packing,
Imported 2
97 TLC/WBC Solution HEM ML Botle 1000ml packing,
Local 1
98 Platlets Solution HEM ML Botle 250ml Packing,
Local 1
99 EDTA Powder HEM GM Pack 1000Gram Packing,
Local 1 Kg
100 Multi Stix Pack
10 parameters
Imported Germany
150 Strips/packet
100
Packets
101 Pregnancy Test Srips SER No. Imported 500
Strips
102
Blood Collection Bags
(Adult-single) with
BT Sets form the
same anufacture PV-
27069
Blood bank
No.
Capacity-450-500
ml of blood
(Formula-CPD
Adenine 1) JMS-
Japan
300 Nos.
103 Tooth Pick Pack 750 per packed 5 Packets
104
Blood Sugar Strips
pkt of 25
pieces(according to
Glucometer)
No. 500
Strips
105 Glucometer (75A) No. 3 Nos.
106 Blue tips (pkt of 1000) Pack 100 Pkt
107 Yellow tips (pkt of
1000) Pack
100
Packets
108 Distilled Water Botle Pack of 10 Liter 10 Packs
109 Distilled Water Amp Pack of 100 Amp. 10 Packs
110 Comb-3 Pack Pack of 150 sticks 10 Packs
111 Emersion oil ML botle 1000 ml Bottle 1 Bottle
112 Methanol ML botle 2.5 ltr Botle 4 Bottle
113 Filter paper Pack 50 pcs 4 Packs
114 Beaker No. 500ml 5 Nos.
115 Beaker No. 100ml 3 Nos.
116 Bleach Botle 1000 ml 15
117 Xylene Botle 2.5 ltr/Bott BDS
Merk 1 Bottle
118 Urine Container No. Plastic With caps
(Disposable) 10000
119 Volumatic Cylender No. Glass 2
120 ESR Solution ML Botle Pack of 500 ml 10 Packs
121 Diluents (cell pack) ML Pack
For hematology
analyzer M Series
(Merck)
25 Packs
122 Lyse Solution ML Pack
For hematology
analyzer M Series
(Merck)
25 Packs
123 CBC Tube No.
Imported for
hematology
analyzer
20000
Tubes
124 PT Tubes No. 8000
Tubes
125 Chemistry Tubes
(Heparin) No.
20000
Tubes
126 Staining Rack with
Tray No.
Local Stainless
steel 3 Nos.
127 Tourniquet No. Local 30 Nos.
128 Conical Tube For
Urine No. Glass
10000
Nos
129 Roller Mixer No. Local 3 Nos.
130 Water Bath No. Palastic Body(Local) 2 No.
131 Stop Watch No. 3 Nos.
132 Spirit Jar No. 6 Nos.
133 Retic Stain Botle 1000 ml
134 Gram Stain No. 1 Set
135 ZN Stain No. 1 Set
136 HCL Solution
1000
ml Botle
5
137 Sampling Kit No. 2
WAZIRABAD INSTITUTE OF CARDIOLGY, WAZIRABAD
LINEN ITEMS FOR THE YEAR 2015-16
RATES ARE ON F.O.R.
BASIS
S.# ITEM NAME REQUIRED
SIZE SPECIFICATION
BRAND,
MANUFACTURER,
ORIGION
QTY RATE
1 Mask
100 Packs 250
2 Green Table
Cover 4' * 2 1/2' 2000 miter
3 White Bed Sheet 60"*108" 500
4 White Towel 24"*48" 150
5 Pillow with cover Standar Size 50
6 Mattress 36"*78"*4" 25
7 Mattress 72"*24"*2" 20
8 Draw Sheet Standar Size 500
WAZIRABAD INSTITUTE OF CARDIOLGY,
WAZIRABAD
ANGIOGRAPHY AND ANGIOPLASTY
DEPARTMENT RATES ARE ON FOR
BASIS
TENDER 2015-2016
S.# MEDICINE NAME. REQUIRED
STRENGTH
BRAND,
COMPANY,
ORIGION
APPROX. QTY PACK
RATE
UNIT
RATE
RETAIL
PRICE REMARKS
1 ACT Cartridge 200
2 Angiography Guide Wire 1000
3 Angiography Disposable Syringe 10000
4 ARP Needle 3000
5 Clot Suction Catheter 2
6 Infiniti Diagnostic Catheter (JR-4.0-
0-6f) 2000
7 Infiniti Diagnostic Catheter (JL-4.0-
0-6f) 2000
8 Exchange Wire 0.035*260cm 1000
9 Diagnostic Catheter MPA -1-6f-
100cm 50
10 Diagnostic Catheter NIH 20
11 Internal Mammary Catheter 100
12 Manifold 2 way 2000
13 Pressure Line Flexible 600psi 2000
14 PTCA Angioplasty Guide Wire 300
15 PTCA Balloon Rapid Exchange
FDA/CE 300
16 Drug Eluting Stent 200
17 Stent Premounted (Bare Metal Stent) 100
18 Pressure Wire For FFR 10
19 Femoral Sheath 6F, 5F 2000
20 Temporary Pacing Lead 2000
21 Trans-radial Sheath (All sizes) 500
22 Vessel Closure Device 200
23 IAB Catherter 5
24 CDs
25 CVP Line Triple Lumen 7fr 200
26 Guide Wire J-Tip(Teflon
coted) 1000
27 PTCA Guide Wire Grand Slam 10
28 PTCA ANC Quantam Apex (Ballon) 100
29 PTCA Guide Wire BMW Orignal 500
30 PTCA Priority Pack (Accesory Kit) 300
31 Pressure Line Flexible 600psi injector lline
120 cm 1000
NOTE: The local and imported drugs & medicines would be supplied in with printing bold letter on the label of Ampules / Vials / Bottles /
Strips / Pack / Blister / Bisected Blister / Foil etc in addtion to the outer packing "WIC, WAZIRABAD PROPERTY, NOT FOR SALE".
Top Related