Download as pdf
Download as pdf
You are on page 1of 66
rrocurement | ite (Tender Notice 1D Prequalification Notice Procurement Name: Package / Lot No. Description against each Package / Lot Amount Mode Estimated Cost Procurement Category Procurement Type Procurement Estimated Cost IPL No. ¢mcase coat ts grestertan seculte2 ton) RecelvinglClosing Date Tender Opening Date Issuance Date Bid Security Bid Document Price Performance Guarantee Form Procurement Notice Bidding Document Bank Deposit Slip No. Date of Deposit BOP Branch Code ate of Deposit Jank Deposit Slip Authority Name Designation Contact No, email Address. ia yas of niasres Expression of 1 Request for 1 Addendum Interest Proposal Sales’ / Auction 0 Corrigendum other Notice Tendor for Bulk Pui leal & Diss 1 watton Billion O wok O Services 10559 eT wom ‘Yonder Sesiligzion ee 5% of Contract Value Not attached Attached Not atached 0937434 to 37 47.42.2020 703 47.42.2020 Not Attached Bid Socurity (In Figures) 2% of Estimated Cost Get 1D 100Mition & Above 10:00 AM 10:30 AM tee eo Coxe Qhuso (euro Ocer Oven ee ae a | Re te ee poamreanwn lyse ffaphepagl ol amen Se TT B53 ulpa 2 244 peso ene hp ae LAY A Cpe — ssa — AeonetTyo# — C)Guren” E] evnge [] Over usenet smn Fn ere Conon Ceee C10 CJ emo Close (vow om aero | oe | a oe — st ; se i amen flo hapia F7) when % ae arcane apatepepo fe OM nto fe a 2 + renee orp pea 3 =z ™ C9223" 9 27k rie acliamaee ‘tap at Signa of Kateroad Once AD OFFICE OF THE MEDICAL SUPERINTENDENT x GOVT. M. NAWAZ SHARIF TEACHING HOSPITAL YAKKI GATE, LAHORE WS No.) M22 /nansir vated: ip po No, 042-37638205, Fax # 042-37653159, y mnjabes ik To, The Seeretary, Govt. of the Punjab, Specialized Healthcare & Medical Education Department, Lahore, ATTENTION:- SUBJECT:- UPLOADING OF TENDER ON SHC&ME DEPARTMENT & PPRA WEBSITES, Please find enclosed herewith the tender along with bidding documents regarding Bulk Purchase of Medicines, Surgical Disposables, Dialysis Items & Dental Items for the year 2020-21, for uploading on SHC&ME Department & PPRA websites as required under PPR, 2014(Amended). The same has been advertised via print media bearing IPL No. 10559. MED} SUPERINTENDENT GOVT,M. NAWAZ SHARIF TEACHING HOSPITAL, o YAKKI GATE, LAHORE. 2» as under:- <> oR TENDER DESCRIPTI 7 ION BID Security TENDER: ‘| OATE @ time | Date a TIME OF cLosiNG | OF oPeHiNi yjedertor “BUDE PD 2% of estimated price as = a, | Tender for "BULK PURCHASE | mentioned against each 05.01.2021 | 06.01.2021 o 5 tem in attached list of | R 1000/- | (Wednesday) | (Wednesday) items (10:00am) | (10:30am) | | . 2% of estimated price os 2, | Tender for “BULK PURCHASE | mentioned against each 7-01-2021 "| 7.012021 ‘OF DIALYSIS ITEMS” item in attached ist of |" 2000/-| (Thursday) | (Thursday) Items (10:00am) | (10:30am) " 2% of esti d Tender for “BULK PURCHASE Sevimnted price. /ae 3. | OFsunatcaL wwPOsaBiE | METENES esint cathe. sogy,. | “ucasy” | “a ITEMS". item in attached list of | “* ‘iday) (Friday) ae. items (10:00am) (10:30am) Tender for “BULK PURCHASE | 7% Of estimated prie 2s 03.01.2021 .| 09.01.2021 | ioned against Fee ES ere tated list ot | R2000/- | (Saturday) | (Saturday) MATERIALS” items (10:00am) (10:30am) Interested Bidders having established credentials in terms of technical, managerial and financial capabilities may obtain bidding documents from the office of the undersigned with detail of items & specifications on submission of a written request on firms letter head and payment of Tender fee of Rs. 1000/- (non-refundable) in the Accounts Section of Hospital. Tender Notice, Bidding Documents & lists of requirements can also be viewed at PPRA Website (www.ppra.punjab gov.pk) and Specialized Healthcare & Medical Education Department Website link (https://health.punjab.gov.ok/Tenders.aspx. Single stage two envelopes bidding procedure as per Rule 38(2)(a) of Punjab Procurement Rules 2014 (amended) should be applied. The envelopes should be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and eligible letters. Bid Security should be in the shape of Pay Order / Bank Draft / Deposit at Call or equivalent from aay scheduled bank in Pakistan. Sealed bid are required to be submitted in person by the authorized representative of the interested bidder till 10:00 AM for putting in Tender a which will be placed in the office of the undersigned on the above said date. Technical Offers will be opene on the same day at 10.30 AM in the presence of the interested bidders who choose to attend. ‘ All bids should be submitted in Tape Binding, All documents should contain proper page marking attached in sequence as indicated for evaluation in the Bidding Documents and signing, stamping hori of bidding documents is mandatory. : . a or caing doeument abe vallable from the office of the undersigned immediately after publication of this a nt. vccare dar weal ee Gate of opening is declared 28 a public holiday by the government oF Ton work ho due to any reason, the next official working day shall be deemed to be the date of submission a! a 4 i me. of tenders accordingly. In that case the time ‘and venue shall remain the sa INDENT MeDIgAL SUPERINTE! 1% iaRie TEACHING HOSPITAL, SO SH SANT, LAHORE Re yo GOVT..M, NAWAZ SHARIF TEACHING HOSPITAL, YAKKI GATE, LAHORE Govt. M. Newaz Sharif Teaching Hospital, Yakki Gate, Lahore invites sealed Tenders / as for the Year 2020-21 from the Manufacturers, Sole Agonts of Forekn Principals / Sole Importers lane abe (axpayer status under Framework Contract, Sole Distributors are only allowed to participate In ten et Dental Items at Sri & for only selected Surgleal Disposable items as mentioned In tender Items list Surgical Disposables, The detail of tenclers is as under TENDER | DATETIME | DATE & TIME . TENDER DESCRIPTION | BID SECURITY FEE | OF CLOSING } OF OPENING Le LOSING | GFAP RANG | + 2% of estimated price as 06.01.2021 | 06.01.2021 1, | Tender for "BULK PURCHASE | mentioned against each RsA000/-| (Wednesday) | (Wednesday) * } OF MEDICINES”, {tem in attached list of (10:00am) | (10:30arn) items 2% of estimated price as 07.01.2021 | 97,91.2021 ‘Tender for "BULK PURCHASE | mentioned against each f I. jursd; (Thursday) * | or patysis mews item In attached list of | R5-4000/ ae (10:30am) tems - 2% of estimated price as 08.01.2021 | 08.01.2021 Tender for "BULK PURCI ts ei «arse sree| ten sci ee sone! rede | a ITEMS", ay (40:00am) | (10:30am) 2% of estimated price as 09.01.2021 09.01.2024. Tender for “BULK Pt (ASE a 3 «ornate [MMe say | arr | am IATERIALS” ao (10:00am) | (10:30am) Interested Bidders having established: credentials In rabies may obtain bidsing documents from the ofice of the undersined with detail of items & specfations on submission of a written request on f&Hs letterhead and payment of Tender fee of Rs. 1000 (non-refundable) in the Accounts Section of GBbpital. Tender Notice, Bidding Documents & lst of ‘requirements can also be viewed at PPRA tron unieb.zov.pk) and Specialized Healthcare & Medical Education Department Website Ing health cui gov ok/Tenders.asox) Single stage two envelopes bi cedure as per Rule 38(2)2) of Punjab Procurement Rules 2014| (amended) shoud be aplied, The enyl664s shouldbe marked as FINANCIAL PROPOSAL” and TECHNICAL| PROPOSAL” in bold and eligble ee Bid Securty should be in the shape of Pay:Order / Bank Draft /| Deposit at Call or equivalent '@ terms of technical, managerial and financial scheduled bank'in Pakistan. Sealed bid are Tequired to be submitted in person by the authorized sentative of the Interested bidder till 10:00 AM for Putting in Tender Box, which will be placed nog of the undersigned on the above sald date. Technical Offers will be opened on the same day at 10, in the presence of the interested bidders who. ‘choose to attend. A bids shoul submitted in Tape Binding, ll documents should contain proper page matting, atached in Sequence as indeated for evaluaton in he iddng Documents and signing, stamping of firs authored person on each page of biddrg documents is mandatory, Bing document vl be avalable from the office ofthe undersigned liminediately after publication of this advertisement, |i case the date of opening is declared as a due to any reason, the next offical worn of tenders accordingly. n Public holiday by the government or ‘non-working day 16 day shall be deemed to be the date of submission and opening. that case the time and venue shall femain the same, Tao) les ieee Vcd] PLN Te) ts O)i soso emer Page 1 of 54 BIDDING DOCUMENTS 2020-21 PROCUREMENT OF DRUGS / MEDICINES, SURGICAL & DISPOSABLE ITEMS, DIALYSIS ITEMS & DENTAL ITEMS. (UNDER FRAMEWORK CONTRACT) GOVT. M. NAWAZ SHARIF TEACHING HOSPITAL, YAKKI GATE, LAHORE NAME OF PROCURING AGENCY: Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore CORRESPONDING ADDRESS: Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore TELEPHONE NO(S): +92-42-37638205 Ext. 316, 416 FAX NO: 492-42-37653159 EMAIL: centralpharmacy23@gmail.com ” \ Lx Q LAr tn gl wr Yak! Gate, Lahore Page 2 of 54 CONTENTS Bid Data Sheet SECTION 1... Invitation to Bid Letter of Invitation SECTION It f Instructions to Bidders Scope of Bid Source of Funds Eligible Bidders. Corruption and Fraud. Eligible Goods and Services. Cost of Bidding. .. 7. Bidding for Selective Items. ‘THE BIDDING PROCEDURE... oy awe 8 The Governing Rules. 9. Applicable Bidding Pescesurw,. ‘THE BIDDING DOCUMENTS ... 10. Contents of the Bidding Documents i. Clarification(s) on Bidding Documents. 12. Amendment(s) to the Bidding Documents. PREPARATION OF BIDS .. svsnnnnnsnnn 1 13, Language of Bids. 14. Documents comprising the Bids. 1S. BIA PFICE. sna 16 Bid Currencies. 17, Samples... 18. Documentation on Eligibility of Bidders... 18, Documentation on Eligibility of Goods. 20. Bid Security. 21. Bid Validity, 22. _‘Reviiataned Signing oF Bids. SUBMISSION OF BIDS .. 23. 24, Deadline for Submis 25. Late Bids... 26. Withdrawal of Bids. uments For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental Items- Govt. M. Nawaz Sharif Teaching Hospital, Yotki Gate, Lahore Page 3 of S4 OPENING AND EVALUATION OF BIDS 27. Opening of Aids by the Procuting ARency 28, Clarification of Bids 23. Preliminary Examination 30. Evaluation of Bids, 31 Qualification of Bidder. 32, Rejection of Bids 33, Re-Bidding... x. Announcement of Evaluation Report 38. Contacting the Procuring Agency. AWARD OF CONTRACT 36. Acceptance of Bid and Award Criteria 37. Procuring Agency's Right to vary quantities at the time of Award. 38. Notification of AWAM. sss pase 39. Limitation on Negotiations. 40, Signing of Contract. .. an Performance Guarantee. a2 Price Reasonability Certificate. z SECTION UI en . i SCHEDULE OF REQUIREMENTS & TECHNICAL SPECIFICATIONS ‘SECTION IV Ss EVALUATION CRITERIA. SECTION V BID FORM. BID COVER SHEET .. BID FORM BID FORM 2 .. BID FORM 3(A) BID FORM 3(8) BID FORM 4... BID FORM 5(A).. BID FORM 5(B) a . — BID FORMA G oe ai SECTION VI . RAFT STANDARD CONTRACT ‘Special Conditions of the Contract Genera! Conditions of Contract (GCC) hageruees BID DATA SHEET | srancrenence DescRiiON era WA Bid reference number ia, Dated NIK ‘Commencement of sale of ‘spot adveriived schedule Bidding Documents. N/A Last date & time of sale of As per advertised schedule Bidding Documents TTB Clause 24 | Last date and time for the ‘As per advertised schedule receipt of bids 178 Clause 27 | Date, time and venue of ‘As per advertised schedule opening of technical bids MTBClause 16 | Bid currency Pak Rupees TTB Clause 13 | Language of bid English or Urdu 2% of estimated cost as mentioned against ‘each item in the shape of Pay Order / Bank Draft / Deposit at Call / Irrevocable Bank Guarantee from any scheduled bank as per MTB Clause 20 | Amount of bid security Health Department instructions. MWB Clause 21 | Bid validity period 180 Days, MTB Clause09 | Bidding procedure Single Stage ~ Two Envelop bidding procedure \ddress for Communication fice of the Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki STB Clause 27 ITB Clause 41 fpank Draft / Deposit at Cal / irrevocable Bank Guarantee from any scheduled bank as Jer Health Department instiuctions. ; O ares AONAG oy OV Ly Shary Teaching Bidding Documents For Procurement Of Medicines, Surgical Dopavables. Dialysis & Dental lems Govt M Naw Hospital, Yakki Gate, Lahore Page 5 of 54 SECTION -1 INVITATION TO BID Tender Price (Non-refundable) ‘| As. 1000/- Last Date and Time of receiving of Te Date and Time of opening of Tender | Call deposit ee | Estimated Cost As per advertised tender As per advertised tender 2W%of estimated cost Mentioned against Conference Room Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore Bid opening Venue Ue SUBJECT: ANNUAL FRAMEWORK CONTRACT FOR DRUGS / MEDICINES, SURGICAL DIALYSIS ITEMS & DENTAL ITEMS, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore invites sealed bids / tenders (Technical & Financial Separately) to conclude Framework contract for Bulk Purchase of Medicine, Surgical Disposables, Dialysis Items & Dental Items, etc, from Manufacturers / Sole Agents / Sole Importers of Foreign Principals. For Dental items & only for selected Surgical Disposable Items as mentioned in the attached list, the authorized Distributors are also allowed. Procurement shall be from the funds allocated by Govt. of Punjab in specific Head(s) of Account(s) for the purpose on free delivery to consignee’s end basis. Detailed Specifications along with bill of quantities and schedule of requirement are present in Bidding Documents. Bidders will get bidding documents from Accounts Office of Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore on submission of written application on company’s letter head along with payment of non-refundable fee of Rs. 1000/- (one hundred only) for each set of bidding documents. Bidding Documents shall be issued from the date of publication of Tender in accordance with the advertised schedule during office hours. Bidding documents can also be viewed on Punjab Procurement Regulatory Authority website (www.ppra.punjab.gov.pk) and Specialized Healthcare & Medical Education Department website httos://health.punjab.gov.pk/Tenders.aspx. Bidding shall be governed by Punjab Procurement Rules (PPR), 2014 (amended). Single Stage-Two Envelopes Bidding Procedure as per Rule 38(2)(a) shall be followed. The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL separately in Bold and legible letters. Following should be followed:- 1. Single stage two envelopes bidding procedure in accordance with the Punjab Procurement Rules, 2014 (amended) shall be applied. The Bid Security equivalent to 2% of estimated cost value in the shape of Deposit at Call in favor of Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore, is required to be submitted with the Financial Bid, without which the offer shall be ignored. 2. The award shall be finalized for an approximate quantity for one year (See Schedule of Requirements). However, the purchases shall be made and supplies shall be received as per feasibility of the institution regarding storage space / capacity and on consumption basis during the Contract Validity Period, 3. Supply orders shall be issued subject to availability / release of funds / budget in the concerned head of account. 4. Sealed bids are required to be submitted in person by the authorized representative of the interested bidders at time and venue as per advertised schedule. The bids received on stipulated date & time shall be opened on the same day (as per advertised schedule) in the presence of the bidders or their authorized representatives (who choose to attend). Late bids shall not be entertained. Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Deval Ihoms- Hospital, Yakki Gate, Lahore cs pa Shine (es * A_zl¢ ww Qu we 4, a) Xp Al Page 6 of 54 The bidders are requested to give their best and the lowest final prices for their quoted item(s). All the bid documents submitted by the bidder(s) should be in Tape Binding form with page marking / numbering and must be im sequence as mentioned in Technical Bid Evaluation Criteria and signatures of authorized person, Further the signing and stamping of bidder / authorized person on each page of bidding documents / form Is mandatory. In case the date of opening is declared as a public holiday by the government or non-working day due to any reason, the next official working day shall deem to be the date of submission and opening of tenders accordingly. The time and venue shall remain the same, Subject to the policy of SHC&ME Department the firm(s) having sale value 10 million for individual item will undertake for drug testing from laboratories notified by SHC&ME Department or notified by P&SHC Department and approved by SHC&ME Department. Samples will be randomly selected for international testing on every change of Rs. 10 million value. The amendments and instructions issued by the PPRA shall be the part of bidding documents and applicable to all bidders. Anything not described in these bidding documents shall be dealt in accordance with the Standard Bidding Documents issued by SHC &ME Department. Any qualification Policy / Guidelines issued by the SHC &ME Department for the year 2020-21 shall be followed. megheacSOPCRINTENDENT GOVT. M, NAWAZ SHARIF TEACHING HOSPITAL, g ie GATE, LAHORE AEWA A ot te Page 7 of S4 SECTION = II INSTRUCTIONS TO BIDDERS 1. Scope of Bid: Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore invites sealed bids from Manufacturers / Sole Agents of Foreign Principals / Sole Importers to conclude the annual contract / frame work Contract for the supply of Drugs / Medicines, Surgical & Disposables, Dialysis Items & Dental Items, etc. on free Delivery to consignee’s end basis as per quantities and specifications more specifically described in Section-Ill of the Bidding Documents, Schedule of Requirements & Technical Specifications for the year 2020-21. For Dental items & only for selected Surgical Disposable Items as mentioned in the attached list, the authorized Distributors are also allowed 2. Source of Funds: Funds as allocated by Govt. of the Punjab to Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore in specified Head(s) of Account(s).. 3. Eligible bidders: 3.1.This invitation to bids is open only to all Original Manufacturers / Authorized Sole Agents of Foreign Principals in Pakistan for the year 2020-21 for supply of Drugs / Medicines, Surgical Disposable items, Dialysis Items & Dental Items etc, more especially described in the Section lil, Schedule of Requirements & Technical Specifications. Authorized distributors are allowed only to participate for tender of Dental Items and for specific Surgical Disposable items as mentioned in list of items. 3.2.Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding, 2.3.The sole agent / importer must possess valid authorization from the Manufacturer and shall have to submit a copy of Memorandum of Association / Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof as prescribed in the Section V, Bid Form, to the effect that they are the original Manufacturer of the required specifications of Goods. 3.4,Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE 4. Corruption and Fraud and Mechanism to Debar / Blacklist the Defaulted Bidder: 44, The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving, receiving, oF soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agency; or misrepresentation of facts in order to influence @ procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) Sha if Teachi Bidding Documents For Procurement Of Medicines, Surgical Disporables, Dialysis & Dental lems oa AEN Blt 0 3 FC¥ Page 8 of 54 designed to establish bid prices at artificial, non-com agencies of the benefits of free and open competit anything of value by any public official in of the following practices: petitive levels and to deprive the Procuring ion and any request for, or solicitation of the course of the exercise of his duty: it may include any ‘Coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain oF to cause a wrongful loss to another party; Collusive practice by arrangement between two or more parties of the procurement Process or contract execution, designed to achieve with or without the knowledge of the Procuring agency to establish prices at artificial, noncompetitive levels for any wrongful gain, Wi Corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain 'v. Fraudulent practice by any act or omission, including a misrepresentation, that knowingly oF recklessly misleads, or attempts to mislead, a party of obtain a financial or other benefit or to avoid an obligation; Obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process or affect the execution of a contract or deliberately destroying, falsifying altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice, or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights; 42 Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, in accordance with PPR, 2014 (amended) 43 The following are the events which would lead to initiate under the PPRA Rules, 2014 (amended) Blacklisting / Debarment process; i. Submission of false fabricated / forged documents for procurement in tender Not attaining required quality of work Inordinate tardiness in accomplishment of assigned / agreed responsibilities / contractual obligations resulting loss to Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore / government. iv. Non execution of work as per terms & conditions of contract. y. Any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public procurement process. Involvement in any sort of tender fixing. Persistent and intentional violation of important conditions of contract. Non-adherence to quality specification despite being importunately pointed out. Security consideration of the state i.e. any action that jeopardizes the security of the state or good repute of the procuring agency. Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental looms: Gove M Nawae Shari? Teaching heer be we A Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & een The procedure mentioned in procurement Rules 2014 (amended) of PPRA will be followed. 5. Eligible Goods and Services: ' 5.LAll goods and related services to be supplied under the contract shall conform to the policies of the Government of Punjab in vogue, All expenditures made under the contract shall be limited to such goods and services. For purposes of this clause, (a) the term “Goods” includes any goods that are the subject of this Invitation to Bids and (b) the terms “Services” includes related ancillary services such as transportation, cold chain services as per requirement of the product, insurance after sale service etc. 6. Cost of Bidding: 6.1 The bidder shall bear all costs associated with the preparation and submission of its bid, andthe Procuring Agency shall in no case be responsible or liable for those costs, regardless of the manner or outcome of the bidding process. 7. Bidding For Selective Items: 7.1 Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the section-Ill: Schedule of Requirements & Technical specification. A Bidder is also at a liberty to bid for all the goods mentioned in the section-ll: Schedule of Requirements & Technical Specifications. However, bidders cannot bid for partial quantities of an item mentioned in the Section-lIl i.e. Schedule of Requirements and Technical Specifications. The bid must be for the whole quantity of an item required in the Section-Iil i.e. Schedule of Requirements & Technical Specifications. THE BIDDING PROCEDURE 8. Governing Rules: 81 The Bidding procedure shall be governed by the Punjab Procurement Rules 2014 (Amended) of the Government of Punjab. 8. Applicable Bidding Procedure: 9.1 Single Stage - Two Envelops Bidding Procedure under Rule 38(2)(a) of PPR, 2014 (amended) shall be employed for procurement of such goods where the bids are to be evaluated on technical and financial grounds and the procedure for single stage two envelopes shall be: i. The bid shall be a single package consisting of two separate envelopes containing separately the financial and the technical proposals; ji, The envelopes shall be marked as “Financial Proposal” and “Technical Proposal” Hospital, Yakhi Gate, Lahore A hh eG Grxy * Page 10 of 54 iii, In the first instance, the “Technical Proposal’ shall be opened and the envelopes marked as “Financial Proposal” shall be retained unopened in the custody of the Procuring agency; iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform to the specified requirements; ¥. During the technical evaluation no amendments in the technical proposal shall be permitted, Vi. After the evaluation and approval of the technical proposals, the procuring agency shall open the financial proposals of the technically accepted bids, publically at a time, date and venue announced and communicated to the bidders in advance, within the bid validity period vii, The financial bids found technically non-responsive shall be returned un-opened to the respective bidders; and vill, The lowest evaluated bidder shall be awarded the contract. THE BIDDING DOCUMENTS 10. Contents of Bidding Documents: 10.1 The goods required, applicable 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 (ITB) (Section-II) b. Schedule of Requirements & Technical Specifications (Section-III) ©. Evaluation Criteria (Section-IV) d. Bid Forms (Section-V) 1. Letter of Intention 2. Affidavit 3. Technical Forms 4. Financial Forms €. Draft Standard Contract (Section-VI) i. Contract Form. General Conditions of the contract. iii, Special Conditions of the contract. 10.2 The “invitation to Bids” is not a formal part of the Bidding Documents and is included as 2 reference only. In case of discrepancies between the Invitation to Bid and Bidding Documents listed in 10.1 above, the Bidding Documents shall take precedence. 10.3 The bidder is expected to examine alll instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder's risk and may result in the rejection of its bid. alysis & Dental hems- Govt M. Nawas Sharif Teaching, Bidiling Documents For Procurement Of Medheines, Surgical Disposables, ina ee. & Z He 4, Gi je Page 11 of 54 11. Clarification (s) of Bidding Documents: AL A prospective bidder requiring any clarification (5) of the bidding documents may notify the hospital in writing at the hospital's address indicated in the Bid Data Sheet, The Hospital shall respond in writing to any request for clarification (5) of the bidding documents, which it receives no later than seven (07) 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 inquity) shall be sent to all prospective bidders that have received the bidding documents, 12, Amendment(s) to Bidding Documents: 12.1 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 12.2 _ 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 12.3 _ In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Medical Superintendent Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, KEMU, Lahore at its discretion, may extend the deadline for the submission of bids. PREPARATION OF BIDS 13. Language of Bid: 13.1 The bid prepared by the bidder, as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written either in English or Urdu or both languages. Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation of the relevant Passages in English or Urdu, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence. 14. Documents Comprising the Bid: 141 The Bid shall comprise of the BID FORMS, UNDERTAKING, TECHNICAL DETAIL OF THE PRODUCT of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in ‘the Bid Forms in Section V. 142 The Bidder shall complete the Bid Forms and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their Beneral and specific characteristics, ancillary services that the bidder is willing or required to provide along with the proposed price Bidding Documents For Procurement ms Ce Yams Saary Pea one Of Medicines Surgical Pralyais & Dental ems Gove M Navas Srury Peachy Btn we ey Page 12 of S4 15. Bid Pric 15.1 The bidder shall indicate on the a unit prices and total bid price of the goods, under the Contract |PPropriate form prescribed in this Bidding Document, the it proposes to supply on free delivery to the consignee end 15.2 Form prescribed for quoting of prices is to be filled in very carefully, typed. Hand written. Bid Price shall not be acceptable. Every page is to be signed and stamped at the bottom. 15.3 __The bidder should quote the prices of goods according to the technical specifications as Provided in Section-Iit of this document. The technical Specifications of goods, different from the required specifications, shall straightway be rejected 15.4 The bidder is required to offer competitive price. All prices must include the taxes and duties, where applicable & all Ex-work & inland transportation & storage charges till the destination (on free delivery to consignee’s end basis). If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. 15.5 The benefit of exemption from or reduction in the taxes duties shall be passed on to the Hospital. 15.6 Prices offered should be for the entire quantity of an item demanded in the Section-Iil Le Schedule of Requirements & Technical specifications, partial quantity offers shall straightway be rejected. Conditional offer shall also be considered as non-responsive bid. 15.7 While making a price quote, 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 16. Bid Currencies: 16.1 Price shall be quoted in Pak Rupees 17. Samples: 17.1 The Bidder shall provide samples of quoted goods along with the bid at his own cost and in 2 quantity prescribed by the Procuring Agency in Section il. However, samples of cold chain {perishable / thermo-labile) goods will be called later at the time of technical evaluation of bids 18. Documentation on Eligibility of Bidders: 18.1 The bidder shall furnish, as part of its bid (Bid Form) as specified in Section V, documents establishing the Bidder's eligibility to bid and its qualifications to perform the Contract if its bid is accepted, 18.2 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, |s an eligible as defined under IT! Clause 3 above. Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental ems- Govt M Nawaz Sibri/ Teaching Mospial, Yakki Gate, Lahore AY oe wt) eG, ey Page 13 of 54 19. Documentation on E! bility of Goods: } 19.1__The bidder shall furnish, as part of its bid (Bid Form), as specified in Section V, documents establishing the eligibility and conformity to the bidding documents of all goods, which the bidder proposes to supply under the Contract, 20. Bid Security: 20.1 The Bidder shall furnish, as part of its bid, a Bid Security in the amount specified in the Bid Data Sheet. Unsuccessful bidder's bid security shall be discharged or returned soon after announcement of the successful bids. 20.2 The bidder shall furnish, as part of its Financial Proposal 2% of Estimated Cost as Bid Security in the shape of Pay Order/Bank Draft/Deposit at Call/Irrevocable Bank Guarantee from any scheduled bank in the name of Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore without which the bid shall not be accepted 20.3 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 instructions to bidders. 20.4 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 to sign the Contract or fails to provide a performance security (if any) 21. Bid Validity: 21.1 Bid shall remain valid for the period of 180 days after the date of opening of Technical Bid, as per schedule prescribed by the hospital. A bid valid for a shorter period shall be rejected as non- responsive. 21.2 The Hospital 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. 213 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. 22. Format and Signing of bids: 221 The bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental liems- Govt. M. Nawaz Mospital, Yakki Gate, Lahore f Mowat 1 4 foe Page 14 of S4 22.2 The original bid shall be typed / printed. All documents should contain proper page marking attached in sequence as indicated for evaluation in the bidding document and signatures of authorized person. Moreover, signing and stamping of each page of bidding document / form is mandatory. 22.3 Any interlineations, erasures or overwriting shall be valid only if they are initiated by the person oF persons signing the bid. SUBMISSION OF BIDS 23. Sealing and Marking of Bids: 23.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the bidder shall seal the proposals / bids in Separate envelopes. The envelopes shall then be sealed in an outer envelope marked with Bid Enquiry No. 23.2 The inner and outer envelopes shall 2) Be addressed to the Procuring Agency at the address given in the Invitation for Bids; and b) Bid Reference, Bid Enquiry No. Items / No. Indicated in Section Ill, Schedule of Requirement & Technical Specifications and a statement “Do Not Open Before,” the time and the date specified for opening of Bids 23.3 The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late” 23.4 If the outer as well as inner envelope is not sealed and marked as required by 23.1 to 23.3 above the hospital shall assume no responsibility for the bid’s misplacement or premature opening. 24, Deadline for Submission of Bids: 24.1 All bids should be submitted in tape binding Bids must be submitted by the Bidder and received by the Hospital at the address on the time and date specified in the Bid Data Sheet, Bids received later than the time and date specified in the Bid Data Sheet will stand summarily rejected. 242 The Hospital may in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, 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. 25. Late bid: 25.1 Any bid received by the Govt. M, Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore after the deadline for submission of bids prescribed by the Hospital pursuant to ITB Clause 24 shall be rejected and returned unopened to the bidder. Ly Siding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Demat lems- Govt. M. Nawae Sharif Tadehing Hospital, Yakki Gate, Lahore AL oe koh B Ay Page 15 0 54 26. Withdrawal of Bids: 26.1 The bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for submission of bids, 26.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in Bid Oata Sheet. Withdrawal of a bid during this Period may result in the forfeiture of the Bid Security submitted by the bidder pursuant to the ITB Clause 20 above. OPENING AND EVALUATION OF BIDS 27. Opening of Bids by the Procuring Agency: 27.1 All bids received shall be opened by the Hospital publically in the presence of the Bidders or their authorized representative, who chose to attend the bid opening on the date, time and venue prescribed in the Bid Data Sheet. 27.2 The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid Data Sheet and elaborated in ITB Clause 9 above. 27.3 All bidders in attendance shall sign an attendance sheet. 27.4 The Hospital shall open one bid at a time and read out aloud its contents which may include name of the Bidder, items quoted for and unit prices and total amount of the Bid (if applicable). The Hospital may choose to announce any other details which it deems appropriate if not in conflict with the Punjab Procurement Rule-2014. 27.5 The Hospital shall have the minutes of the Bid opening (Technical and when applicable Financial) recorded 27.6 No bid shall be rejected at Technical Proposal / Bid opening except for late bids, which shall be returned unopened to the Bidder, the Chairperson of the Purchase / Procurement Committee shall record a statement giving reasons for return of such bid (s}. 28. Clarification of Bids: 28.1 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 de sought, offered, or permitted. Bee Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental Iems- Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore AE hy eG ey Page 16 of $4 29. Preliminary Examination: 29.1 ‘ 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 29.2 In the financial bids, the arithmetical errors shall be rectified on the following basis: a) 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. b) If the Bidder does not accept the correction of the errors, its bid shall be rejected & its Bid Security may be forfeited. ¢)_ifthere is a discrepancy between words and figures, the amount in words shall prevail. 29.3 Any minor informality, nonconformity, or irregularity in a bid which does not constitute 2 deviation, may be waived provided such waiver does not prejudice or affect the relative ranking of any bidder. 29.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Laws, Taxes & Duties and internationally recognized best practices shall be deemed to be @ material deviation for technical proposals and Bid Security for financial proposals. The Procuring Agency's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 29.5 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. 30. Evaluation & Comparison of Bids: 30.1 The Hospital shall evaluate and compare the bids, which have been determined to be substantially responsive in accordance with ITB Clause 29 above. 30.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these bidding documents, 203 —_For the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees, The rate of exchange shall be the selling rate, prevailing on the date of opening of Financial Bids specified in the bidding documents, as notified by the State Bank of Pakistan / National Bank of Pakistan on that day. 30.4 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 bid ‘Bidding Documents For Procurement Of Medicines, Surgical Disposables lysis & Dental Items- Govt M. Nawaz Sharif Teaching Has Yobt Gare, Lahore : ue ae, Guha Bie CD Page 17 of 54 31. Additional Qualification of bidder: 31.1 __ The Hospital at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacity may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified, 31.2 Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding, 31.3 The Hospital shall determine to its satisfaction whether a Bidder. Technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily 314 The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Hospital deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Hospital ‘may inspect the manufacturing plant / production capacity warehousing system / practices by a team of experts for assessment, if it deems necessary. 315 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid 31.6 Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore shall disqualify a Bidder if it finds, at any time that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 31.7 If the lowest bid is rejected on the basis of above clauses 31.2 to 31.6 the Hospital may proceed (if feasible) on the same tender with next lowest bid. 32. Rejection of Bid: 324 The Medical Superintendent may reject all bids at any time prior to the acceptance of a bid in accordance with Punjab Procurement Rules-2014 (PPRA-2014) (amended). The Hospital shall upon request communicate to any bidder who submitted a bid, the grounds for its rejection of all bids, but is not required to justify those grounds. 322 The Hospital incurs no liability, solely by virtue of its invoking Clause 32.1 towards bidders who have submitted bids. 32.3 Notice of the rejection of all bids shall be given promptly to the concerned bidders that submitted bids. 33, Re-Bidding: 33.1 if the Medical Superintendent, Govt, M, Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore rejects all bids in pursuant to ITB Clause 32, It may call for a re-bidding, the Hospitajif it ‘Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental lioms- Gowt M.Nu Teaching Hospital, VolhiGete, Lahore ion er Cee! Page 18 of 54 deems necessary may prescribed another method of procurement not inconsistent with the Punjab Procurement Rules-2014 (amended), 33.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for bidders, as it may deem necessary. 34, Announcement of Evaluation Report: 34.1 The Hospital shall announce the results of bid evaluation in form of a report, not inconsistent with the PPR, 2014 (amended) giving justification for acceptance or rejection of bids at least ten days prior to the award of Procurement Contract, 35. Contacting the Procuring Agency: 35.1 Subject to ITB Clause 28 above, no bidder shall contract the Hospital on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Report, if a Bidder wishes to bring additional information to the notice of the Hospital, it should do so in writing. 35.2 Any effort by a bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the bidder’s bid. Canvassing by any bidder at any stage of the bid evaluation is strictly prohibited. Any infringement shall lead to disqualification. AWARD OF CONTRACT 36. Acceptance of Bid and Award criteria: 36.1 The bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Section IV and having the lowest evaluated bid, if not in conflict with any other law rules regulations or policy of the Punjab Government shall be awarded the contract within the original or extended period of bid validity. 37. Procuring Agency's right to vary quantities at time of award 37.1 The Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore reserves the right at the time of award of Contract to increase (repeat order) or decrease, the quantity of goods originally specified in Section III i.e. Schedule of Requirements & Technical Specifications without any change in unit price. 38. Notification of Award 38.1 Prior to the expiration of the period of bid validity, the Hospital shall notify to the successful bidder in writing that its bid has been accepted. 38.2 The Hospital will issue the Notification of Award / Advance Acceptance of Tender (AAT). The firm will submit the required Performance Security. After receipt of Performance Security the Hospital will sign the Frame work Contract after fulfillment of all prescribed legal & codal formalities Subsequently the Hospital will issue purchase order / frame work contract to successful bidders’ Strictly in accordance with the Contract after fulfillment of all prescribed legal & codal formalities. 383 The enforcement of the contract shall be governed by Rule 63 of the PPR-2014 (anérded). Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dighysis & Dental lems- Govt. M. Nawaz Sharif Teaching y Sane 8 ey Page 19 of 54 39, Limitations on Negotiations 39.1 Save and otherwise provided in PPR-2014, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore shall not negotiate with any bidder 40. Signing of Contract 40.1 The contract is to be made on Judicial Paper worth of Rs. @ 25 paisa per every one hundred rupees of the total value of the contract, under section 22 (A) (B) of schedule 1 of Stamp Duty Act 1899 read with Finance Act 1995 (Act-VI of 1995) Notification No. JAW/HD/8-21/77 (PG) dated 1" January, 2014 41. Performance Guarantee 4. Before signing of Contract, the successful Bidder shall furnish a Performance Guarantee on the Form and in the mannered prescribed by the Hospital 41.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the bidder upon submission of Performance Guarantee. 41.3 The successful bidder is bound to provide the defined performance guarantee within 07- days. However in case of failure, the Hospital on valid reasons may extend period for a specified period of time (to be determined by the Procuring Agency) 414 Failure to provide a Performance Guarantee by the Bidder, even in the extended period, will be sufficient ground for annulment of the award and initiation of legal action / debarring of firm by the Hospital. In such event the Hospital may award the Contract to the next lowest evaluated bidder or call for new bid. 42. Price Reasonability 424 The prices quoted shall not be more than the Trade Prices as per MRP (Maximum Retail Price) fixed by the Federal Government under Drugs Act, 1976 / DRAP Act, 2012. 43. Drug Act, 1976 / DRAP Act, 2012 Compliance. 43.1 All supplies will comply with the provision of Drugs Act 1976 / DRAP Act, 2012 and rules framed there under. Meee Caan GOVT. M. NAWAZ SHARIF TEACHING HOSPITAL, YAKKI GATE, LAI rE C : - Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental Noms Govt. M. Nawaz Shari Teaching Page 20 of $4 SECTION - III SHEDULE OF REQUIR N HNICAL SPECIFICATIONS {ORUGS / MEDICINES, SURGICAL DISPOSABLES, DIALYSIS ITEMS & DENTAL ITEMS, ETC. ) SCHEDULE OF REQUIREMENTS The supplies shall be delivered in accordance with the Purchase Orders as per following schedule, Supply orders shall only be issued subject to the release / availability of funds / budget in the concerned head of account. Respective Consignee’s End: Medical Superintendent, Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore Free delivery to Consignee’s end (DDP) basis ‘Mode of Penalty Delivery of 100% Quantity as per Purchase Order Without Recovery of Late Days or Earl Delivery Charges Hea Gaver ales After4-days (to be determined by the Procuring Agency) and decided by concerned Consignee on the formal request of supplier with proper justification. ‘After expiry of prescribed delivery period the ‘ Procuring Agency may proceed for risk purchases (at eee the risk & cost of defaulter) to ensure the un- | inerrupted helt are Sees tothe patent With Recovery of Late Delivery | Charges @ 0.067 % per day GOVT. M. NAWAZ SHARIF TEACHING HOSPITAL pYAKKI GATE, LAHORE t Qs. fy < f ori ty 2 G, aor Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Denval liema- Govt M Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore Page 21 of 54 List of Items Quantities and Technical Specifications Demand of Items List Attached Below NOTE:- 1. The bidder shall provide 03 samples of the quoted packs of each quoted item along with its bid. 2. Certificate regarding fulfillments of requirements under Bio safety Act,2005 and the rules framed there under must be attached for Vaccines / Sera, Biotechnical products, ete. 3. For thermo- labile drugs for which storage temperature is 2-8 degree centigrade. The firm shall be bound to produce batch wise cold chain data from the source of origin and thermo-log from factory to consignee end. 4, Any further information can be obtained from the Store Keeper and Store Pharmacist of this Hospital h p “8 e th A oy “wr Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Denial liems- Govt. M Nawa Sharif Teaching Hospital. Yakki Gate. Lahore SECTION — EVALUATION CRITERIA Page 22 of 54 BID EVALUATION CRITERIA FOR DURGS / MEDICINES / SURGICAL DISPOSABLES / DIALYSIS ITEMS & DENTAL ITEMS, ETC. PART-A COMPULSORY PARAMETERS FOR BIDDER QUALIFICATION Failure to comply with any compulsory parameter will result in “non-responsiveness & disqualification of the bidder”. Marking Criteria. Parameters Documents Required Bidders comply with Compulsory Parameters will be evaluated further for Compliance Status (Yes/No) Computerized National Identity Card of bidder. Copy of CNIC. N. T. N. Certificate / Active Tax Payer Certificate Certificate issued by FBR/Taxation Department G. S. T. Reg. Certificate (where applicable) General Sales Tax Certificate Under Taking Certificate Regarding Black Listing on the legal stamp paper of Rs.100/- or more. Undertaking regarding previous & present status of the firm for black listing. Signed Terms & Conditions / Bidding Documents Bidding documents signed & stamped by the firm's authorized personnel, Tender Sale Receipt Tender Purchase receipt issued by hospital. Drug Manufacturing/Sale License » Valid Drug Manufacturing License Issued by DRAP for manufacturers. & Valid Drug Sale License for Importers. Drug (ORC) Registration Certificate Valid Drug Registration Cer issued by DRAP icate Product Experience Products have less than one year experience shall be ineligible (Experience shall be calculated from the date of registration of the product with the DRAP). For tore Su eo Dialysis & Hospital, Yehki Gate, Lahore Shari hing BY yo" yh BG IL @ Page 23 of S4 Good Manufacturing Practice (GMP) Certificate. tems where Registration Is not | required, the experience will be calculated from the date of first import — or market experience, alid Good Manufacturing Practices (GMP) Certificate Issued by the Drug Regulatory Authority Pakistan (ORAP), In case of Imported Product, Valid GMP Certificate issued by the Regulatory Authority for manufacturer's country will be considered. from Undertaking Regarding Non Cancellation/Suspension of Drug Registration of quoted Product of the bidder by Drug Regulatory | Authority of Pakistan within last two years. Undertaking on Judicial Paper. Undertaking Non Declaration of Spurious/Adulterated batch by DIls of the _—_Punjab/any Competent Lab of quoted item within last two years. Regarding Undertaking on Judicial Paper. Specifications quoted 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 Samples of quoted items, 1986 shall be considered for | evaluation. Batch Capacity of the manufacturer for the Quoted item/Product Certificate(s) provided by the manufacturer. Sole Agency Agreement / Authorization Letter from Foreign Principal (in case of Sole Agent / Importer only). Free Sale Certificate. Sole Agency agreement issued by the Foreign Principal. Pakistan Embassy attested Free Sale Centificate of the product Bidding Documents For Procurement Of Medicines were Dhalysis & Dental Items: Govt M Nao sg tt Bex Hospital. Yohki Gate, Lahore tg Qe a Q. Page 24 of S4 ‘for medical devices / imported items only) as per directions of sHC & ME Department vide letter No. SO (P-I) H/S- 100/2008 dated 03-11-2020. (for medical devices only) bearing the brand name of the product in country of manufacturer. Free availability certificate. (For medical devices / imported items only) as per directions of | SHC & ME Department vide | letter No. SO (P-I) H/5- 100/2008 dated 03-11-2020. Affidavit on Judicial Paper from sole agent(s) that their product(s) are freely available with same brand name in the country of manufacturer & is safe for human consumption. ‘The Bid complying with compulsory parameters shall be evaluated for below mentioned parameter PART-B ORDINARY PARAMETERS St | Parameters Detail and Remarks Marks T | Past ‘Major institutions (Government The claim requires Performance | Semi-Government) served: documentation of the Bidder i 1 [2 (Purchase Orders, lost two years.) | i] 2003 4 || 10 — | Receipt certificates & i [aes é Delivery Challans, ete.) of WcifewT is the institution(s) v._| 8&above (“10 2 | market For Parameter () market Experience ‘Market Availabilty of quoted availability in leading of quoted item in leading Chain Stores Chain Stores & product. ) | snd Pharmacies for last 02 Pharmacies of quoted years item will be calculated T_|_k2years z from the date of Wot sae 7 commercial invoice. For wf eevee = parameters (i) to (iv) 15 | market availability of quoted item relates to availabilty in open market other than Pharmacies & leading chain stores. The firm will attach purchase orders of the quoted item of any Government Uldding Documents For Procurement Of Medicines, Surgical “e Hospital, Yalki Gore. Lchore aw qe vb Ga tables, Dialysis & Dental llems- Govt. M. Nawaz ShaphLetiching mG Page 25 01 34 | 7Semi-Government institution / Private Institution registered with Income-Tax Department 3 | Gedbiity —& Certification of | [| valid 80 Certification 5 Manufacturer ‘ny Other international | eeputed certiication. 3 40 Ma ed Pre-qualfiation with Pa i Govt Semi Govt, & 2 T ‘Autonomous Institutions. a | Financial status of, 1] bet year Auaited 5 ders Balance Sheet 5 Acknowledgement of ii Tax Returns (Last 3 2 Tax Returns must be years) attached, 3 | Technical Staff of Manufacturer Plant Manager i. | (@ Pharm / Pharm.D / M. 2 Phil /Ph.O.) ‘The bidder is Production Manage’? neauied ws aad Production Pharmacist Sea aithe Hi. | (@ Pharm / Pharm. D/ Mi. 2 celesantibegtes'end Phil/Ph.0.) appointment letter of concerned incumbent Gualty Control Manager 10 eae analyst 2 (8, Pharm / Pharm. D/ MSc. Notes in ease of Nom fm. phil PhO.) Medicinal Items the marks in process Quality assurance Sit be ania tee tee We | ‘Misnectog (BsPhaem/Eharm., | 22 concerned Technical Staff D/™M. Phil /Ph.D.) Quality Assurance Manager (8. Pharm / Pharm. D/Mse. | 2 [M.Phil Ph) & | Production Fer day production capacity of Capacity ofthe | quoted items against the total Manufacturer advertised quantity: i._[ tess than 196 0 | i [1% 3 i | 14%-15% 4 iv [1.6% = 2% 5 Importer to provide ‘Atleast 06 Number production capacity of the of batches of quoted 10 principal/ manufacturer. v_| tem produced during 3 Manufacturer will submit a last 12 months by the certificate in thisregard manufacturer. ‘Atleast 10 Number : ‘of batches of quoted item vi | produced during 5 last 12 months by the manufacturer “Buddng Documents For Procurement Of Medicines, Surgeal Disposables, Dials & Detalles. Govt. M. Nawaz Shar 3h Hospital, Yakki Gate, Lahore AIF mH, WS PB , SxxY Bias A Page 26 of 54 ‘atch The firm will provide History For undertaking in this Last Three regard. the Years. No bath Taled during ~— purchaser reserves the right to verify the 1, | last three year of the 5 an quoted Item fram any Note: In case of non statutory lab. 5 medicinal items marks will No Batch failed during be adjusted on the basis of last two year of the 7 Broguctavaty and i performance certificate ee remany from the institutions. /end Statutory lat user(s) for concerned product|s) | Total marks of Ordinary Parameters= 65 Qualifying marks in Ordinary Parameters = 65% (42.25/65) and above PART-C ; CLINICAL EVALUATION OF SAMPLES AS PER ADVERTISED SPECIFICATIONS, RELEVANCE EXPERIENCE AND PAST PERFORMANCE Note: Clinical Efficacy / Usefulness of the quoted items will be evaluated by the end-user(s) / technical committee and shall be given 100% weight-age. If the product is failed to satisfy the clinical parameters and not approved by the end-user(s) / technical committee on clinical grounds, it will be rejected in-spite of qualifying other parameters. Past performance shall also be considered. Failure to.provide supplies in previous years may lead to disqualification of bibber's). {Additional page(s) may be attached where required and rejection must be with justification} Bidder(s) have to qualify all the Parts (A, B and C) of above mentioned criteria. Financial bids of only “Technically Responsive Bidders” will be opened publically. The financial bids of the whose bids were found Technically Non- responsive shall be returned un-opened to the respective bidders. a A” AY, Ww de ie nee ee Y Medicines, Surgical Disposables, Dialysis & Dental lems- Govt, M. Nawe: Sharif Teaching aye eruees f SECTION -V BID COVER SHEET Bid Ref. No. ~ Date- Name of the Supplier/Firm Contractor: - E-mail Phone: Facsimile: Bid for: Selected items from the Schedule of requirements. bie! jome of API Name ofthe Manufoctir | gegiraion eee oe Item/Generic Origin) igema Origin Signed: QC LE a We A Or 8 oe ae Official Stamp: Hospital, Yatki Gare, Lahore Page 28 of 54 BID FORM 1. LETTER OF INTENTION Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g, Supply of Drugs and Non-Drugs etc} To: [Name and address of Procuring Agency] Dear Sir / Madam, Having examined the bidding documents, including Addenda Nos. [insert numbers & Date of individual Addendum), the receipt of which is hereby acknowledged, we, the Undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding docurnents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, we have no reservation to these bidding documents, 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 undertake to provide a performance security / guaranty in the form in the amounts and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We will pay the testing fee for samples (1 or more depending upon the ordered quantity amounting to Rs. 10-millions or more) collected from any supply to be tested by International WHO recognized laboratory and will accept the results in addition to testing by DTLs, Punjab We confirm that we comply with the eligibility requirements as per IT clauses 18 &19 of the bidding documents. Dated this insert: number) day of [insert: month], [insert: yeor] Signed: In the capacity of {insert: title or position] Duly authorized to sign this bid for and on behalt of [insert: name of Bidder} BID FORM 2 fe Bidding Documents For Procurement Of Medicines, Surgical Disposables, ve ‘& Dental Nems- Govt, M. Nawaz Sharif Teaching fa See big ee ae Bes Page 29 of 54 AFFIDAVIT 1) We, the undersigned solemnly state that: 1) We have read the contents of the Bidding Document and have fully understood it 2) The Bid being submitted by the undersigned complies with the requirements enunciated in the bidding documents, 3) The Goods that we propose to supply under this contract are eligible goods within the meaning of Clause 18 of the ITB, 4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the mB. 5) The undersigned are solvent and competent to undertake the subject contract under the Laws of Pakistan. 6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any official or agent related to this bid or award or contract. 7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project. 8) That the prices offered are not more than trade price. 9) We, further undertake that we will ready to pay all the charges of sample (s} (1 or more depending upon the ordered quantity amounting to Rs. 10-millions or more) tested by any international WHO accredited Laboratory, collected by Department's Inspection Committee which will be paid directly to the International Lab and will accept the results. 10) We further undertake that we will ready to pay the standard charges of testing samples by DTLs, Punjab, je the Batch Release Laboratory Test Reports of each batch 11) We further under take to pro’ of the product on its delivery. We affirm that the contents of this affidavit are correct to the best of our knowledge and belief. Signed In the capacity of finsert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder) Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Demol Ireme- Govt. M Nawas Shari Tea A R Hsp er {eps ie gh of So Bs ee Page 30 of 54 BID FORM 3(A) Name of the Firm Bid Reference No. Date of Opening of Bid. Documentary Evidence: Eligibility of the Bidders & Goods, Supporting Documents (to Required Documentation (to | Checklist (to be Relevant page | be filled by the bidder be filled by the Procuring initialed by the Number in the Bid | with nome of the nei) Bidder against each | (Tobe filled by the | documents that are document) Bidder) submitted to meet the requirement) Valid Drug Manufacturing at License | Valid Drug Registration | Certificate of quoted items | Valid Drugs Sale License for Importer. Valid Good Manufacturing | Practices Certificate oi Valid Import License (where applicable) 4 letter of _ Manufacturer's authorization, 7 Partnership Deed (where applicable) - 1 NIN Certificate - ll GST Certificate | Letter of intention | Affidavit Past performance Evidence - Child Labor Free Certificate Original Receipt of Purchase of | 1 Pac tite aeons Bidding Bidders should only initial against those requirements that they are attaching with the form 3(a). in case ‘they do not have any document to attach the corresponding cell in column 2 should be left blank. Bidders are required to mention the exact page number of relevant document placed in the bid Bidders are advised to attach all supporting documents with this form in the order of the requirement as ‘mentioned in column 1, 4. Incase of Sole Agent: 3, % Bidders are required to furnish a certificate to the effect that thelr firm is free from child labor and having standard child labor free policy, Freant omuments Far Procuremunt Of Medicines, Surgical Disposables, Dials & Dersal lems. Gov. M. Nawas Sharif Teaching Hospital, Yakki Gate, Lahore Hy ae cial t Ad + al we GQ Caw @ f Page 31 of 54 BID FORM 3(8) MANUFACTURER'S SOLE AUTHORISATION! To: [Name &Address of the Procuring Agency] WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name and/or description of the goods) having factories at [address of factory) do hereby authorize (name and address of Supplier/ Agent) to submit a bid, and subsequently negotiate and sign the Contract with you against the Invitation for Bids (IFB) No. [Reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids. Signature: Designation: Official Stamp: Bidding Documens For Procurement Of Medicines, ovt M Nawaz Shary Teaching Hospital, Yakhi Gate, Lahore ugical Disposables, Dialysis & Dental teems- Page 32 of 54 BID FORM 4 FIRM’S PAST PERFORMANCE Name of the Firm: Bid Reference No: Date of Opening of Bid: Assessment Period: (Minimum two year as per Evaluation Criteria) Name of the Purchase | Description | Value of Date of Purchaser's Purchaser/Institution | Order# | of Order | Order | Completion | Certificate | = a | | | | | NOTE: * Bidder may use additional sheets if required. * Ail certificate are to be attached with this form. oe Dacunenis For Pracurement OF Medic eal Duposables, Dialysis & Dental lems Govt M Nawaz Sharif Teaching Hospital, Yakki Gave, Lahore aan Ser ee A_ ALN Qh nh Gr, this form is to be filled by the bidder for each individ Proposal. Name of the firm: Bid Reference, No: BID FORM 5(a) Page 33 of $4 lual item and shall be submitted along with Financial Date of opening of Bid: Sr. Trade | Unit Price | Total | Discounts | Final # Price | (inclusive | Price Total all Price Riiearhen ica No. of Units / applicable inclusive Package taxes + ofall | transporta taxes) | tion charges) Final Quoted Price. Signature: Designation: Date: Official Stamp: JO wamasmoig 404 Stusunoog Suippig HtaD+E4y-9, 5 ssw | J ainpayps | vodsuent | susecea | < xe] awoouy sayio | pue sajes JUS au HO ‘wooy mousng ‘asnox em 1 ‘huoises song wun x3 wen | “On Auinbu oe | spuayfwou pig jo Suuado jo seg :ON Aunbug apuay FON aouai9jay pig suutg ayy Jo aweN, “Tesodoag jemoueury yim yugns jJeys pue Wa}! pazonb jenpinipus yea s0j Jappig aya AG Pally aq 03S! WO} SIYL °T :(S210N 4asn) (SISATWNW 391ud) FINGIHDS Jad (a) s wuod alg PS JO pe ated Page 35 of S4 J BID FORM 6 PERFORMANCE GUARANTEE To [Name & Address of the Procuring Agency] Whereas [Name of Supplier] (hereinafter called “ the Supplier’) has undertaken, in pursuance of Contract No, [number] dated [date] to supply [description of goods] (hereinafter called “the Contract”) And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier's performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of (Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your heeding to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the __ day of , 20 Signature and Seal of the Guarantors/Bank \ GB CE Ae ‘Address ow ye by \o Date \ f os : Bg A Vr V i ‘Surgical Disposables, Dialysis & Dental liems- Gove M Nawaz Sharif Teaching ldding Documents For Procurement Of Medicines, Hospital, YokKi Gate. Lahore aa Page 36 of $4 SECTION - VI DRAFT STANDARD CONTRACT FORM AGREEMENT This Contract is made at one day of ......, between the Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate / KEMU Lahore (hereinafter referred to as the “Purchaser”) 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 piel of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties” Whereas the Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name) being the Manufacturer / authorized Sole Agent of (item name) in Pakistan and ancillary services offered to supply the required item(s); and whereas, the Purchaser has accepted the bid by the supplier as per following detail; ‘Approved | Unit Price in PKR T tem No. tem Name anti ‘otal Cost (PK Specifications frome, | ee] ee l eer | NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING; 1. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract:- a) This contract form b) The Schedule of Requirements. Annex-A ¢). Special Condition of Contract & the Technical Specifications. Annex-B d) The Original Price Schedule along with unsolicited discount offered by the firm (if any) submitted by the Bidder. Annex-C e} The Notification of Award (AAT). Annex-D #)_ The Purchase Order. Annex-E g) Payment Schedule. Annex-F h) The General Conditions of Contract. Annex-G i) Performance Guarantee / Security. Annex-H j) Manufacturer's certificate of warranty under Drugs Act 1976/DRAP Act 2012 & rules framed there under. Annex-1 k) The bidding document. Annex-} 2. Interpretation: In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract” at Bidding Documents For Procurement Of Medicines, Surgical Disposal Sh OS ee ae Medicines, Surgical Disposables, Dialysis & Dental Hems- Govt. M_ Nawaz Sharif Teach 2 eo a+ Page 37 of 54 +3, The Term of the Contract: This contract shall remain valid for one jm year from the date of eel @ of signing, unless amended by mutual 4, The Supplier Declares As Under: i. [Name of the Supplier) hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other Obligation or benefit form Government of Punjab oF any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of Punjab) through any corrupt business practice. ii, “Without limiting the generality of the foregoing, [the Seller / Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not Siven or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interests, privilege or other obligation or benefit in whatsoever form from Government of Punjab, except that which has been expressly declared pursuant hereto. {The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. iv. [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 oF 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. ¥ Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback siven by [The Supplier] as aforesaid for the purpose of obtained or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency, Wi In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration mutually agreed by both parties. The name of authority 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, \soow pP g An Bee rs foreman ipl ipa ais dpi oe TT Fo aoc nei it ar Gut 7 AA ; Page 38 of 54 jrems to be Supplied & Agreed Unit Cost: i. The Supplier shall provide to th H @ Purchaser the it i ee in the Price Schedule Submitted by the asset (anneth eae i. no ae shall strictly conform to the Schedule of Requirements (Annex-A) and to Pecification (Annex-B) prescribed by the Purchaser against each item. The Ui re Unit Cost agreed in the Price Schedule (Annex-C), is inclusive of all taxation and costs associated with transportation and other agreed incidental costs, 6. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specification in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items 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. 7. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier's name]. 8. Payment Schedule: the agreed Payment Schedule at iment of documentary and Codal All payments to the Supplier shall be made in accordance ‘Annex-F, upon satisfactory completion of delivery and fulfil formalities highlighted in the Payment Schedule at Annex-F 9. Performance Guarantee / Security: i. The Supplier, with 07 days of signing of this contract shall provide to the Purchaser 2 Performance Security in the form of Pay Order / Bank Draft / Deposit at Call / irrevocable Bank Guarantee equivalent to 05% of the total Contract amount having validity of one year (for that particular contract period) from its date of issuance from any scheduled _bank on the prescribed format and in prescribed manner. This Performance Guarantee / Security shall be released to the Supplier upon successful completion of the Contract. ii, Supplier's Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii, Failure to submit a Performance Guarantee / Security shall result into Cancellation of Contract & blacklisting of firm. 10. Penalties / Liquidated Damages: i. Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of non delivered portion of supplies shall stand cancelled ii, After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guarantee / Security to the extent of non-delivered portion of supplies shall be Hospital, Yakhi Gate. k Afi Page 39 of $4 tt nh sul fails to supply the whole consignment and not able to deliver to consignee’s end, the entire amount of Performance Guarantee / Security shall be forfeited to the Government account and the firm shall b i e blackii Eaicestion, cklisted minimum for three years for future iv. The exact time frame for makin subsequent purchase orders, '@ supplies with and without penalty shall be indicated in In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and after issuance of subsequent purchase order by the consignee, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the supplier. Maximum limit of late delivery charges is 10% after which contract will be cancelled with all legal and codal formalities. After expiry of prescribed delivery period the Hospital may proceed for risk Purchases (at the risk & cost of defaulter) to ensure the un-interrupted healthcare services to the patients. 11. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to: For the Purchaser: For the Supplier: 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: For the Manufacturer / Authorized Signed & Sealed: on behalf of purchaser. Agent. Signature: Signature: Name Name Designation: Designation: Witnesses-1 on behalf of the Contractor Witnesses-1 on behalf of the Purchaser Signature; Signature Nam« Name: NICH CNIC #: Page 41 of 54 ANNEX-A SHEDULE OF REQUIREMENTS In accordance with the detail mentioned on Page 20 of bidding documents. Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dalyts de Dental ltems- Gov. M. Nawaz Sharif Teaching Hospital, Yall Ge, Lahore sare , ee Page 42 of $4 ANNEX-B ECA CONDITIONS OF THE CONTRACT & TECHN AL SPECIFICATIONS a) Product Specifications: (Detailed technical specifications, gi » Biven in Award of Fray Pietinincss mework Contract will be followed) i, The manufactur ueOuae ewe the Drugs (Labeling and Packing) Rules 1986, framed under vey UreNailing DRAP Act and the amendments made therein via 5.R,Os, ii. However, ‘ar . gue ), equally prominent, written in indelible ink both in English and Urdu on the outer aHssda en each Pack, Bottle, Strips / Blister, Tubes etc. Besides the name and principal place of business of the Manufacturer, the drug manufacturing license No., manufacturing date, expiry date, registration No., batch No., retail price, and Urdu version namely: name of drug, dosage and instructions, should also be written on the outer carton and on the most inner container in bold letters. All tablets shall be supplied in strip / blister pack (one side aluminum and other side PVC / PVD). Expiry date must be printed on each strip / blister. The syrup should be supplied in glass / pet bottle with pilfer proof / sealed caps The condition of green packing is relaxed for drugs imported in finished form but the supplier will be instructed to print / stamp / affix a sticker as per requirement of individual item (after considering the condition of storage of each item). iv. The quality of packing material, its labeling, packing structure and printing will be same as that of their commercial supply but according to government supply color scheme. ¢) Additional Instructions for Packing i. The Suppliers are required to furnish the Warranty certificate with regard to the potency and stability (Including coloration of medicines) of the Drug for human consumption ete. in accordance with the Drug Act, 1976/DRAP Act 2012 & rules framed there under on judicial paper. ii, The bidder shall supply the drugs/medicines/ items in special green packing with Logo of the Government of Punjab (exempted for imported items). The following wording / insignia shall be printed in bold letters both in Urdu & English in indelible red color ink on each carton, pack, bottle, strip / blister, tubes, vial / ampoule etc. In case of combo packs the sterilized water for injection / solvent shall bear the wording / insignia on the vial / ampoules etc, iii, The below mentioned statement at both inner & outer cotton of every items / product is mandatory & without the proper defacing the supply will not be received by this Hospital. This clause is applicable for both local & imported items / product. Bidding Documems For Procurement Of Medic NOT FOR SALE fi Hospital, Yakki Gate, Lahore ABI AG, cars” Page 43 of $4 GMNSH, YAKKI GATE PROPERTY iv. After signing of the Contract, the Su disposable items in accordance with 4d) Shelf Life: plier shall submit the samples of finished surgical & the above instructions for approval i. The shelf life must be up to 85% for the locally manufactured drugs and 75% for the imported drugs. li, The lower of the shelf life must be up to 80% and 70% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed limit for locally manufactured and imported medicines respectively. iii. In case of vaccines & other biotechnical products, the stores with the shelf life up to 70% will be accepted without penalty charges and up to 60% with imposition of 1% penalty charges of actual shortfall in shelf life below prescribed limit e) Testing / Verification Procedures: i. After delivery of drugs and medicines at the Purchaser's premises, the Consignee shall send the samples from all batches of each consignment of the supplied store to the Orugs Testing Laboratory, Punjab for testing. The Inspection Committee constituted by the Purchaser shall inspect the quantity, specifications of goods after receipt of standard quality report of each batch of supplied store issued by DTL concerned under Drugs Act 1976/DRAP Act 2012 / & rules framed there under. The cost of the lab tests shall be borne by the Supplier. ji, The Government is well cognizant of its extra ordinary care. In addition to Purchaser's Inspection Committee, the Department's Inspection Committee will also conduct the inspection and collect sample (s) (1 or more depending upon the ordered quantity amounting to Rs. 10-millions or more) at random from any batch / supply. The sample (s) «will be got tested by any international WHO accredited Laboratory. The cost of such lab tests shall be borne by the Suppliers. The suppliers will directly pay the charges to that particular laboratory. iii. Incase of Adverse / Failure report of any batch, the Supplier will intimated and they will be bound to re-supply the entire fresh stock of that batch free of cost within the reasonable time period to be intimated by the purchaser but not later than 21-days (three weeks) from the date of intimation, which will be subject to completion of all testing and verification formalities. The cost of disposal of substandard stocks will be borne by the supplier. iv, The Inspection Committee will carry out detailed physical examination of stocks and can reject, even if it Is declared of standard quality by DTL, if found not according to the approved sample and other technical specifications like packing, labeling, printing and quantity etc. Moreover, the Supplier will also be responsible to replace the unconsumed expired stores without any further charges. f) Transportation / Delivery Requirements Bidkag Doruntns Far Proviroot Of Molienes Sued Doporibe, Diets & Dew lany. Gant M Neves Sho Teaching A etET yw A. HPO, Gy Page 44 of 54 anner prescribed in the Schedule of Requirement. The Goods shall be delivered ensuring quality, quantity, safety & efficacy of supplied medicines & surgical disposable items All costs associated with transportation including loading / unloading of drugs and medicines and road taxes shall be borne by the Supplier. All cold chain / thermo-labile (perishable) items must be delivered in safe and proper manner, prescribed for such types of items. ii we G, or ZA ‘el (Pp: Qe | e re jaz Sharif Teaching Bidding Documents For Procurement Of Medicines, Surgical Disposables, Dialysis & Dental lems Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore “7 Page 45 of $4 ANNEX-C Price Schedule Sub itted By the Bidder “ule Submitted By the Bidder (The approved price schedule submitted by the Bidder will be attached) ess Page 46 of 54 a ANNEX-D. NOTIFICATION OF AWARD / ADVANCE ACCEPTANCE OF TENDER ERLE ACCEPTANCE OF TENDER es | eo « werk a ee Se a Documents For Pi vt. M. Nawas Sharif Teaching i lent Of Medicines, Surgical Disposables, Dialysis & Demal tems- Govt. M.Ni Bidding Documents For Procurem , Hospital, Yakki Gate, Lakore ANNEX-E SUPPLY ORDER In accordance with hospital pattern fey er" Rs ge a i oe ae (Of Medicines, Surgical Disposables, Dialysis & Dental ltems- Govt M. Nawaz Sharif Teaching Hospital, Yakki Gate, Lahore Page 48 of $4 “= f ANNEX-F / PAYMENT SCHEDULE / 100% payment to the suppliers will b e made by the concerned Purchaser / Disbursing & Drawing Officer (DDO) of respective Procuring d . Agency. Ren Satisfactory performance and upon submission of required dacuments Geanaard quality test / analysis report from concerned DTL and satisfactory inspection report from 'nspection Committee) and in accordance with the procedure mentioned in Rule 64 and other relevant rules of PPR-2014, On production of Inspection Certificate and receipt certificate from Consignee, after recovery Of Government dues (if any) including Professional Tax and DTL Testing Charges li, Part Supply is allowed but part payment is not allowed. The payment will only be made after the receipt of complete supply within due time. (However, if there is any alternate payment schedule, agreed by the Purchaser and Supplier, will be annexed here (it can be followed) Bidding Documents For Proc Hospi, Yakki Gate, Lahore ‘urement Of Medicines, Surg Of Medicnes, Surgical Disposables Dialysis & Dental items. Govt. Nawaz tarif Teaching P G | c ‘age 49 of $4 eneral Condit; ditions of Contract (6cc postions: 1.2 In this Contract, the following t (a) “The Contract” means the -sparit Teaching Hospital, Yakki Gate, ihe Parties, including all attachmen reference therein. FMS shall be Interpreted as indicated: agreement entered into between the Lahore) and the Supplier, as re ts and appendices thereto Purchaser (Govt. M. Nawaz ‘corded in the Agreement signed by and all documents incorporated. by (b) “The Contract Price” means the price payable to the Supplie and proper performance of its Contract under the Contract for the full ual obligations, (c) “The Goods” means all those Supplies which the Supplier is required to supply to the Purchaser under the Contract. (d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Punjab, transportation of goods upto the desired destinations and other such obligations of the Supplier covered under the Contract. (e) “GCC” mean the General Conditions of Contract contained in this section (f) “SCC” means Special Conditions of the Contract. (g) “The Purchaser” means the Govt. M. Nawaz Sharif Teaching Hospital, Yakki Gate, Be csekice under the SH & ME, Government of Punjab, Health Department, Lahore. {h) “The Supplier” means the individual or firm supplying the goods under this Contract. {i) “Day” means calendar day fication 2.1 These General Conditions shall apply to the extent that they are not superseded by . Application cco of other parts of the Contract. Import 3.1 All goods and related services to be supplied under the contract that are required Seeaiin ad in Pakistan shall have their origin in eligible source countries as prescribed by the Slee fies of thelFeceral Government of Palistan and all exvenditeres made under the cantee ‘omm ‘Shall be limited to such goods and services 3.2 For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing. 4, Standards 4.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, Bidalne Documents For Procurement Of Medicines, Surgical Disposables, Dalyais &e Dental hemor Hospital, Yakki Gate, Lahore ™ — Mvsis de Dental tt Go Nae er Ting Vn j Page 50 of 54 43 If the Supplier provide an item pa failto provide the fresh supply within sy the Purchaser / Procuring Agencies) the 'd handlin etc product the cost associated with 8 shall be bor premises, burning, dumping or incineration hs upplier i.e., removal from purchaser's 5, Use of Contract Documents and Information, 5.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, on behalf of the Purchaser in connection therewith, to any Supplier in the performance of the Contract. Disclosure t pattern, sample, or information furnished by or Y Person other than a person employed by the ‘0 any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the ‘Supplier's performance under the Contract if so required by the Purchaser 5.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 7. Submission of Samples 7.1 Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff as the case may be. 8, Ensuring storage arrangements 8.1 To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least One (01) week in advance. However, in case no space i available at the Purchaser's premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, n writing, ofthe possible time feame of availablity of space by which the supplies can be made. In case the Supplier abides by the giv en time fi Peeralietlforidelay: y the gi frame it shall not be 9. Inspections and ones 2.1 The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser, Bidding Documents For Procurement Of Mediin i oe ree Far ps Medicines, Surgical Disposables, ee GE = Page 51 of 54 ae 9.3 The Purchaser's right to inspect, test and, where necessary, reject the goods after the goods either at Supplier's premises or upon arrival at Purchaser's destinations shall in no way be limited oF waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods delivery from the point of Supply or manufacturing, 9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract 9.2 All costs associated with testing shall be borne by the Supplier. 10. Delivery and Documents 10.1 The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make delivery of the goods. 10.2 The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of delivery and in the manner prescribed 10.3 The goods supplied under the Contract shall be delivered on free delivery of consignee’s end basis under which risk is transferred to the buyer after the goods having been delivered; 11, Insurance 11.1 The supplier shall be solely responsible for Insurance of the Goods subject to the contract. 12. Transportation 12.1 The Supplier shall arrange such transportation of the goods as is required to Prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement / bidding documents. 12.2 All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier. 13. Incidental Services 13.1 The Supplier shall be required to provide the incidental services as specified in the SCC / bidding documents and the cost of which is included in the total bid price. 14. Warranty 14.1 All goods subject to this contract shall be accom; panied by the necessary warranty in the manner prescribed in the SCC 14.2 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty, 35. Payment 15.1 The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment Schedule agreed and annexed to this contract 15.2 The currency of payment shall be Pakistan Rupee. Bidding Documents For Hospital, Yakhi Gate, Tenegeurement Of Medicines, Surgical Disposables, Dialysis & Dental dtems- Govt. Mf. Naat Sharif Teaching Ne ial OFa Page 52 of $4 17. Contract Amendments 17.1 No variat fe lon in on ifi Oe eg except by written amendment signed by the binds ae plier shall not assign, except with the Purchaser's prior written, 18. Assignment 18.1 The Contract, “u ivi or in part, its obligations to perform under this nt, woth RH ad 19.1 The Supplier shail not be allowed to sublet and award subcontracts under this act. 20. Delays in the Supplier’s Performance 20.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Purchaser in the Schedule of Requirements. 20.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause (s). As soon as practicable after receipt of the Supplier's notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier's time for performance, with liquidated damages, in which case the extension shall be ratified by the Parties by an amendment to the Contract 20.3 Except as provided under GCC Clause 20, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time. 21. Termination for Default 21.1 The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part: (a) if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 20; or (b) if the Supplier fails to perform any other obligation(s) under the Contract, (c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause Corrupt and fraudulent practices means: the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring ‘ogencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices omong bidders (prior to or after bid submission) designed to establish bid prices at artificial, non- competitive levels ond to deprive the Procuring agency of the benefits of free and open competition and any request 42, 9" solicitation of anything of value by any pubiic official in the course of the exercise of his duty” it may inciude ‘any of the following practices: wy Coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, ‘ony party or the property of the party to influence the actions of a party to achieve a wrongful gain 0f to course a wrongful loss to another party. Collusive practice by arrangement between two or mor ‘execution, designed to achieve with or Prices at artifical, noncompetitive levels for any wrongful gain; (ii) Corrupt practice by offering, , giving, receiving or soliciting, directly or indirectly, of anything of value {0 influence the acts of another party for wrongful ‘Bidding Document For Provarena 1 5 Hospital, Yakki Gate, Lahore Rea « ¢ parties to the procurement process or contract without the knowledge of the procuring agency to establish 1, Surgical Dipasabies, Dia @ Ff iB, ee <=. Page 53 of 54 ie tiv) Fraudulent Practice by ay NY act or omission, including a misrepresentation, that knowingly OF Fecklessly misleads, or attempts to mislead, « 6 : M4 i an obli ‘ 8 to mislead, a party to obtain a fin her benefit or to avoid obligation; islead, a party to obtain a financial or othe: Obstructive practice by harming or threateni to influence their participation in a procurems deliberately destroying falsifying, making false statements before allegations of a corrupt, intimidating any party to ie to harm, directly or indirectly persons or their property lent process, or affect the execution of a contract oF altering or concealing of evidence material to the Investigation or Investigators in order to materially impede on investigation into fraudulent coercive or collusive practice, or threatening, harassing oF prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially Impede the exercise of inspection and audit rights, 21.2 The following are the events which would lead to initiate under Rule, 21 of PPRA Rules, 2014, Blacklisting / Debarment Process: (i) Submission of false fabricated / forded documents for procurement in Tender. (i) Not attaining required quality of work. (iii) Imordinate tardiness in accomplishment of assigned / agreed responsibilities / contractual obligations resulting loss to Hospital / Government (iv) Non execution of work as per terms & condition of contract. {v) Any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of the public procurement process. (vi) Involvement in any sort of tender fixing. (vii) Persistent and intentional violation of important conditions of contract. (vili) Non-adherence to quality specification despite being importunately pointed out. (ix) Security consideration of the State Le, any action that jeopardizes the security of the State or good repute of the Hospital 22. Force Majeure 22.1 Notwithstanding the provisions of GCC Clauses 20 and 21, the Supplier shall not be liable for forfeiture of its Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier's fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Purchaser in its sovereign capacity, wars or revolutions, fires floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes 22.2 Ifa Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its findings promptly. 22.3 Unless Purchaser informs the Supplier in writing of its agreement on the application of force majeure, the Supplier shall continue to perform its obligations und u ler the Contract as far as is reasonably Practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 23. Termination for Insolvency 23.1 The Purchaser mai written notice of one month time to the Supplier if the 5 yw y at any time terminate the Contract by giving uupplier becomes bankrupt or otherwise insolvent. Page $4 of 54 if As event, termination shall be without compensation to the Supplier, provided that such termination a ee or affect any right of action or remedy which has accrued or shall accrue thereafter to 24, Arbitration and Resolution of Disputes 24.1 The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract, 24.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may Fequire that the dispute be referred to the Arbitrator for resolution through arbitration. 24.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration under the Arbitration Act of 1940 (As amended from time to time) 2S. Governing Language 25.1 The Contract shall be written in English language. Subject to GCC Clause 26, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 26. Applicable Law 26.1 This Contract shall be governed by the Laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 27. Notices 27.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and on the others address specified in SCC 27.2 Anotice shall be effective when delivered or on the notice’s effective date, whichever is later. 28. Taxation 28.1 All taxation, whether International, Federal, Provincial or Local, shall be borne by the Supplier. BGA surcaninanee GOVT. M, NAWAZ SHARIF TEACHING HOSPITAL, q 2 AD YAKKI GATE, LAHORE e528 z copy WY a ny a Bidding Document For Procurement ‘Medicines, Surgical Disposables, Dialysis ie ie Decors Poe Surgical Disposables, Dialysis & Denial ltems- Govt. M Nawaz Sharif Teaching TENDER DEMAND LIST OF MEDICINES FOR THE FINANCIAL YEAR 2020-21 Govt, M, Nawaz Sharif Tecaching Hospital, Yakki Gate Lahore. TE. Medicine Qty. Unit Rate # (Approx.) 1_| Cap. Fluconazole 150mg | 60,000 | 70 2 | Inj. Heparin 5000 IU 7 mL (vial of | 5000 700 ‘SmL) a 3 | Inj. Tranexamic Acid T0OmgimL | 6000 | 60 amp. of SmL) eee 4 | Ugnocaine Gel 2% (159m) 5000 | 42 S| Tab. Allopurinol 300mg 200,000 | 4.70 & | Cap. / Tab. Tamsulosin 04mg 50,000 | 36 7 _| Cap. /Tab. Cefixime 400mg 25,000 _| 25 8 | Susp. Cefixime 100mg / Sml,| 25,000 | 70 Bottle of 30mL _ Me ss 9 | Bicarbonate Haemodialysis | 8000 | 300, 2400000 42000 Concentrate bottle of 04 liter 10_| Cap. / Tab. Misoprosiol 200mog 5000 | 13 65000 1300 [41 [inj. Naloxone HCI 0.4mg /mL 4000 | 151 604000, 12080 DEMAND OF SURGICAL & DISPOSABLE ITEMS FOR THE FINANCIAL YEAR 2020-21 ital, Yakki Gate, Lal Govt M. waz Sharif Teachin Items from TLE. No. 01 to 30 only manufacturers sole agents of foreign principle / sole importers are allowed Toul Accoentng | Demand for | uimated Cox yal eat tt 202021 per Unt a, fein Con] OFT | Blood Transfusion Set_withow win Se ee " [Sterile Pack) 8) Number 000 62 310,000 6,200 Blood Sugar Strips G0-Nos > [Glucometer free of cost) Swip | 20000 690 | 138,000 | 2,760 3. [insulin Syringe (Sterile Pack) Number | sooo | 15.99 | 799.500 | 15,990 4 [Disposable Syringe Seo with needle Rie ras Number | 50000 699 | 349,500 | 6,990 Disposable Syringe See with need ees needle! Number | 200000 | 699 | 1,398,000 | 27,960 Disposable Syringe G0ee Bladder 5 wash (Sterile Packy Number | 2000 2742 | 54,840 1,097 Disposable Syringe See with needle 7 [eauto Distructable) (Sterile Pack) Numbers] 100000; ] 9:50) | 90,0088 | as Disposable Syringe 10cc with needle a 3 2 8 | Auto Distructable) (Sterile Pack) Number | 20000 2 ee gee LV Cannula Size 18G (DRAP| 9 | 2 37 875 5 eave) (ere Peck Number 000 | 43.79 | 875800 | 17,516 LV Cannula Size 206 (DRAP z " 3 2,189,500 7 Dod Recereecreeny Number | so000 | 43.79 | 2,189,500 | 43,790 LV Cannula Size 226 (DRAP my) | auzys si Number | so000 | 43,79 | 2,189,500 | 43,790 11 Approved) (Sterile Pack) ner LV Cannula Size 24G (DRAP| Number | 30000 | 66.79 | 2,00 40,074 12 Approved) (Sterile Pack) 13 |Drip Set (Sterile Pack) Number | 100000 | 23.59 | 2.359.000 | 47,180 [Examination Gloves (Medium Size) 5 f 5 4 B 3000 479 | 1,437,000 | 28,740 (Box of 100) = 7p [Examination Gloves (Large Size) (Box), aa jana lee jof 100) Fon Maemestamber (Micro. Burtt} sites | 000 1ag99 | 744.950 | 14,899 (Sterile Packs) 17 [Transparent Hypollergenic Tape I-inch] Roll 5000 61.29 | 306,450 | 6,129 18 |Sterite Surgical Gloves, Size 6.5" Pair 10000 2 420,000 | 8.400 | 19. |sterite Surgical Gloves, Size 7" Pai 10000 2 420,000 | 400 | 20. |sterile Surgical Gloves, Size 7.5" Pair 10000 a 420,000 | 8,400 21 |Hypaltergie Tape 4-inch Roll 1000 332 | 332,000 | 6640 At »- Teint [2% Bid Security| red Cost |esimated Cost|) of Estimated Iver Unit in Rs, er Costin Rs, J [im ke _ Name of tems with Accounting |) Demand for Specification a at 22. [Tissue Tacky Number | 2000 8,500 | 17,000,000 | 340,000 SURGICAL SUTURES 23. |Monofilament 10/0 Number 500 593 296,500 $,930 SURGICAL DRESSINGS 24 [Crepe Bandage BPC Roll 10cm x 4.5m] Number 10000 38.95 389,500 710 ‘gs [Crepe Bandages BPC Roll 15cm asm Number | 10000 sa4s | $44,500 | 10,890 26 [Absorbent Cotton Wool BPC Roll 26 |s00gm Roll 10000 255 2,550,000 | 51,000 7 [Surgical Gauze BPC Cloth 1o0em 9] 27 {30m. 30 meter length / Rell) Roll 4000 582 2,328,000 | 46,560 ag [Plaster of Paris Bandage BPC Roll 2 Sem Number 2000 146.97 (293,940 5,879 29 {Cotton Bandages (BPC) 10cm x 6m Dozens 10000 190 1,900,000 38,000 Cotton Bandages (BPC) Sem x 6m Dozens 10000 150 1,500,000 30,000 [Items at TE. No. 31 to 49 Manufacturers 7 Sold Agents of Foreign Principle / Sole Importers &| Authorized Distributors are allowed 31 | Blood Lancet (Box of 200) Box 150 139 20,850 417 > [Suction Drain with manually] 0 32 Jeompressible suction botttle No. 14_| Number | 500 ane 4000 | 4480 33. |ECG Roll 112mm Number } 1000 31s 315,000 6,300 CTG Roll 12mm x 90mm x 150] ; 300 420 126,000 | 2,520 34 |e Roll 35. | Disposable Shoe Cover Pair 100000 2.46 246,000 | 4,920 36 |Disposable Caps (Large Size) Number } 100000 265 265,000 5,300 37 [Disposable Cautery Lead Number 2000 155 310,000 6,200 [Disposable Face Mask (3-ply) with) ae Raa as nee 38 eso Number } 3 242 39 |Surgical Blade No. 23 (Sterile Pack) | Number | 5000 44 220,000 | 4,400 40 Seeeog solution Pump] Bole 5000 300 | 1,500,000 | 30,000 Sf SURGICAL IMPLANTS 41 |DCP with Screw 3.5mm Number 50 5,000 42. |DCP with Serew 4.5mm Number 50 fe ee Bamandfer Proewsisd Gol Total [2% Bid Security 1e of Items with S} Pea leaded f ‘ost|) of Estimated ho. Name of) specification sd 302031, (per Unit a Ri ee st nes 45. [Recon Plate with Screw 3.5mm. Number 20 5,400 108,000 2,160 44 [Recon Plate with Screw 4.5mm Number 20 6,400 128,000 2,560 45. |1/3rd Tubuler Plate with Screw Number 20 4,000 80,000 1,600 a 46 |Austin Moore Prosthesis, Number 20 18,000 | 360,000 7,200 4mm Portial Hreadid Cancellus wi ar oelii i id) Cancellus with) anber 50 1,600 80,000 1,600 4g [k-Wire al sizes Number 300 300 90,000 1,800 49. |Steinmann's Pins Number 50 500 25,000 500 4 hk Qe \e B. ¢ OAL DEMAND LIST FOR PURCHASE OF DIALYSIS 1reMs ¢ FOR THE YEAR 2020-21 GOVT. M, NAWAZ SHARIF TEACHING HOSPITAL, YAKKI GATE, LAHORE aa T SR. NAME OF ITEM Required Oty | Unit Rates = for 2020-21 (approx) AVF Fistula Needle16G 135,000 32 AVF Fistula Needle 17G 10,000 32 | Blood tubing with pre-pump Artial fF pressure line monitoring and Transducer 13,000 243 3,159,000 Sees GE RI 1 t ‘ Kit) 50 3350 | 167,500 | 3.350 Dialyzer Sythetic (For Adults) 1.4m2 2,000 933 1,866,000, iyzer Sythetic (For Adults) 1.8m2 OR 13,000 054 | 12,402,000 150 6500 | 975, Dd. EMAND OF DENTAL 17; MS FOR THE YEAR 2020-2 Gov M. Name oy LEMS FOR THE YEAR 2020-21 awa: Sharif Teaching Hospital, Yakki Gate, Lahore Bid s temNames Specification | Pemand for | Estimated poner 2020-21 | Cost (Rs) eiaes rice 3 0.48 x 42mm) beiee 01 | Dental Needle 276 {100-needles/tox) | S0.Boxes | SW Pe | 25000 | sor | Korea or equivalent | ox 02 | Round Diamond Burs USA or equivalent | 200-Pieces | 100 | 20000- | 400/- ~ | Inverted Cone Diamond - ae T 03 | Burs USA or equivalent | 200-Pieces | 100/- | 20000/- 400/- Straight Cylindrical ; 2 7 1 04 | Diamond Burs USA or equivalent | 200-Pieces | 100- | 20000- | 400- | 05 | K Files No. 8 (25mm) USA or equivalent | — 15-Sets ae go2s/- | 178.5/- per set | 06 | K Files No. 10 (25mm) USA or equivalent 15-Sets 423 on | 7425/- me | - 1 _ | Nano Composite for - . j 97 | Posterior Filling USA or equivalent 02-Set 5700/- 114 250/- 08 | Hand Piece Oil 330ml (Japan) or | gs poities | 3250 Per | 16950) 325 equivalent boitle Contains 12.5mg Glass Ionomer Filling | powder & 7.8m! | 15 pers |3200-Per ago. | o6ae 09 | Material Type-II Liquid (lapan) or | '5-Packets | “ace | #8000/ a equivalent | 10 Sil Seema A orequivalem | Ol-Kits 290/- 11 | Total Etch Bond 6¢/ Bottle (USA) | o4.nowtes 13800/- E or equivalent Zinc Oxide Eugenol Cement | USA / Japan or 3350/- per 3 nai eae | i 670/- (Setting) equivalent 10-Packets |“ packet ; Birk a 13 | Calcium Hydroxide Setting | USA/Switzerland O3-Kic | 2790! Pe 165/- or equivalent kit | 14 13ml (Switzerland) Perna | S850 P| akenoe a. rei or equivalent SOME | A erate: | |. APO: : France or 4500/- per | Bottle 2s00- | 450/- Nena equivalent papules lh Neate eo ia MGT sor Item Names Specification 2020-21 Demand for Estimated Cost (Rs.) Total Bid Security (2%0f estimated cai 13m (France) or fi pulps oquivalent Os-Boles | 29508 Pet) 4750. 17 | Manual Protaper USA or equivalent | so.sets | 7°09" | sgsqq0 Flowable Composite (Bulk es i: cat eae tn 18 | Fay USA or equivalent | 04-Kits ea Per) 2400- 448/- USA (Glyde) or 7250)» per | i. 9 | EDTA ee per 1 cauivatent | 95-Syringes | P| i250. | 235i. | E | Large (500/Packet) 00/4 pea oa le Napki ae (S00/Packet) | 5p, iT-per 20 | Disposable Napkin China or equivalent | 20-Packets | UVP" | so000- | 1000 | zis 21 | Calcipulp Japan or equivalent | 05-Syringes 500” "| 32500 | 650 22 | Pulpotech France or 03-Box | 7500 Per| so sog. 450/- equivalent box fete Switzerland or 3950/- per} conn a 23. Polishing Paste Hiei osBotties | "P| isso. | 316 | 100-Piece / Packet - Gutta Percha Points Protaper ; 2250) per aa Bel rmacnet (Korea) or losPackets | 7 00 50 equivalent : 100-Piece / Packet so. 25 ee “sees (Korea) or Is-Packets | 7750) P= 675 cas equivalent Pa : 100-Piece / Packet psa. 26 | Gutta Percha Points Protaper (Korea) or 15-Packets | 2250/- Ber) 337507. 675/- (Dident) F3 : packet equivalent 27 | Wooden! Plastic Wedge Switzerlandor | a.packets | '65V/-Pet! a300. | 66 equivalent packet | 28 | Oxypara (Root Canal Sealer) Local 05 4o00- | 20000 | —400/- Matrix Band Sti 1000/- per 29 Pp : Pet! 909/- L (Preformed) Local 02- dozen | OEP! 2000 40/ a0 (Chee hk sei | 5000/ per b mposite Finishing Bur Set Local 02: Set . 1o000/- | 2001 31 | Polishing Cups Local 02- dozen or 1000/- 20/- Ney AV 80D IE be (BAB

You might also like