Sei sulla pagina 1di 92

TENDER NO: DHQ/MWI/20-21/01

BIDDING DOCUMENTS

FRAME WORK CONTRACT OF LOCAL PURCHASE OF


MEDICINES FOR DHQ HOSPITAL MIANWALI FOR THE
YEAR 2020-21

PRIMARY AND SECONDARY HEALTHCARE DEPARTMENT

GOVERNMENT OF PUNJAB
BIDDING DOCUMENTS FOR THE FRAMEWORK CONTRACT OF
LOCAL PURCHASE OF MEDICINES IN DHQ HOSPITAL
MIANWALI FOR THE YEAR 2020-21

SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 22,500,000/- (PKR) (Two crore & twenty five lacs only)
2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

TERMS AND CONDITIONS:

1. All the procurement procedures will be done strictly in accordance with the
PPRA Rules, 2014 (Amended 2019). Single stage/two envelops bidding procedure
shall be applied. The Envelops shall be marked as FINANCIAL PROPOSAL and
TECHNICAL PROPOSAL in bold and in legible letters. Envelops shall then be sealed in
an outer envelope. The Financial proposal of bids found technically non-responsive
shall be returned un-opened to the respective bidders.
The inner envelops shall also indicate the name and address of the of the bidder to
enable the bid to be returned unopened in case it is declared as “non-responsive” or
“late”.
2. The envelope must also clearly show the Bid title and bidder’s name and
address. Failure to comply with this requirement may result in rejection of the bid
and the committee decision in this regard shall be final. Bids submitted after the
prescribed time shall not be entertained.

3. Only technical proposal will be opened by the tender opening committee. The
financial proposal will be opened by tender opening committee of responsive/
technically successful bidders later on the declared time, place & date. Financial
proposal of the non-responsive/ technically unsuccessful bidders will be returned as
such to them on that date without opening their financial offers as per PPRA Rules
2014.

4. All the pages of technical & financial bids should be marked as page. No.

5. Substandard, broken seal & substituted bids will not be acceptable.


6. Bidder must have valid Drug Sale License of Pharmacy (Form 09)(A-category) as per
Drug rules 2007, should be financially sound and well reputed.

7. Bids shall remain valid for a period of three months after opening of Technical bid. A
bid valid for shorter period shall be rejected as non-responsive. Extendable equal to the
period of the original bid validity.

8. Facility of the supplies must be available round the clock.

9. Contract will be awarded to the tenderer offering highest discount to the Hospital.

10. The validity of the contract will be till 30-06-2021, extendable for three (03) months if
needed.

11. The offered discounts shall be from the maximum retail prices of medicines fixed by the
Government of the Pakistan or Manufacturers (where government has permitted to do so) or
sole importers. Tender will be awarded on the basis of accumulative discount offered by firm
(Pharmacy) on three categories. Tax will be withheld after the deduction of percentage
discount on each category of medicine. Offers shall be given on the basis of,

i. Products of National Pharmaceuticals

ii. Products of Multinational Pharmaceuticals

iii. Surgical Disposables/implants etc.

12. For the calculation of maximum retail price of those items where price is not printed on
the product the retail price will be finalized after survey.

13. The tenderer must have the drug sale license and should have the comprehensive
storage facilities for drugs/medicines.
14. The supplier/tenderer background should be financially sound, based on authentic bank
statement.

15. The supplier/tenderer shall be solely responsible for provision and stocking of quality
medicines at all times strictly in accordance with the provision of the drug act 1976 and drug
sales rules 2007/DRAP Act 2012 and will be responsible for the quality/quantity of drugs
supplied by him/her.
16. The supplier/tenderer shall ensure availability of wide range of medicines including those
contained in hospital Formulary. No alternate shall be acceptable. In case of default, the
Hospital administration may take appropriate action including fine to be decided by hospital
administration.

17. The price of medicines/surgical disposable item shall in no way be more than the market
prices (retail price) and the discount offered by the bidders to the hospital will be based on its
maximum retail price.

18. Clarification of Bids:

No bidder shall be allowed to alter or modify his bid after the bid has been opened. However
the procuring agency may seek and accept clarifications to the bid that do not change the
substance of the bid.

19. Limitation on Negotiation’s:

There shall be no negotiations with the bidder.

20. Rejection of Bids:

The authority may reject all bids or proposals at any time prior to the award of contract
without assigning any reason.

21. Any consignment of medicine/disposables items not acceptable in term of quality to the
end user, doctor may refuse partial/full quantity and contractor shall replace the same
immediately.

22. Acceptance of Bids:

The bidder with the highest discount, if not conflict in any other law, rules, regulations or
policy of the Government of Punjab, shall be awarded the procurement award.
23. Performance Guarantee:

The successful bidders may be required to performance security 05% of total estimated L.P
budget in addition to bid security already deposited by the firm. The performance security shall
be deposited in the shape of cash deposit receipt.

24. Qualification of Suppliers and Contractors:

A procuring agency, at any stage of the procurement proceedings, may require the suppliers or
contractors to provide information concerning their professional, technical, financial, legal or
managerial competence whether already prequalified or not.

25. No Offer Will Be Considered If It:

i. Is submitted without call deposit by registered firm in the name of


Medical Superintendent DHQ Hospital Mianwali.

ii. Is received after the date and time fixed for its receipt.

iii. Is unsigned.

iv. Is ambiguous
v. Is not typed on the letter head.
vi. Is over written

vii. Is conditional

viii. Is given by the firm black listed, suspended or removed from the approval
list of the Health Department Government of Punjab, Autonomous Health
institutions or by the Federal Government.

ix. Is received with a validity period shorter than that required in the tender inquiry.

x. Does not conform to the general conditions of the tender inquiry.

xi. Is received without earnest money as specified in the tender.

26. All the pages of tender must be signed properly at the bottom.

27. Successful bidder is bound to supply the full ordered quantities of all the desired brands
except those, which are actually not available in the market.

28. Inspections and Test/Analysis:

The supplier will be responsible for free replacement of stocks if found not of the same
specifications as required on the demand from day to day basis. In case of non-supply the same
will be purchased from the local market and the amount will be deducted from the bills of
contractor pending in the purchase department. And if supplier showed any type of non-
compliance, Procuring agency will cancel the contract at any time with giving any advance
notice.

29. Unregistered/substandard/spurious/misbranded expired drug will be forfeited by the


hospital authorities and legal action will be taken against the Contractor. The contractor shall
be responsible for providing standard quality medicines/ disposable/items.

30. In case of any dispute the decision of the Medical superintendent/ Grievance Committee
of DHQ Hospital Mianwali, will be final.
31. In case of non supply of any item within one day of supply order, risk purchase may be done
from any other reputable pharmacy and difference shall be deducted from performance
guarantee or bill of LP vendor.

32. Before the financial bid opening, all technically responsive bidders will have to submit in
writing on stamp paper of Rs:100/- that they do not have any grievances on each other and
neither have any reservations on the decision on the technical evaluation by the purchase
committee and thus financial bids may be opened.

33. If any bidder violates or deviates from any clause of tender documents before the award of
contract or during tender proceedings, or tries to influence any member of committee, his bid
will be rejected and he will be struck off from the tendering process.

34. If the successful bidder violates or deviates from any clause of tender documents after the
award of contract, his contract will be cancelled and may be awarded to 2nd bidder
consequently at approved rates of lowest bidder (highest discount offering bidder) if agreed by
the next bidder.

35. The procuring agency has the due right to disqualify a contractor/ bidder/ firm, if it finds at
any stage that information submitted by him was false/in complete/in accurate . In such case,
2nd bidder shall have the first right of acceptance of award of contract.

36. Selection of brands to be supplied will be as per decision of Medical Superintendent of this
hospital.

37. In case MRP is not mentioned on item, it will be decided by the Medical Superintendent,
DHQ Hospital Mianwali.

38. LP vendor must supply warranty of each medicine especially medicine purchased in bulk
quantity.
39. Medicines will be purchased from the brands given in the Punjab Medicine Formulary
authorized by the Government of Punjab.

MANDATORY CLAUSES FOR EVALUATION:

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 % of estimated cost) in
shape of CDR (PKR: 100,000/-)
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Valid Pharmacy Drug Sales License (Form:
09) as per Drug Rules 2007 (and latest
rules) and existing LP policy/ guidelines
having A Category.
6 Certification/Proof that supplier
establishment is located with 2 Kilometer
radius from DHQ Hospital Mianwali Main
Building.
7 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
8. NTN Certificate (Filer)
TENDER NO: DHQ/MWI/20-21/02,03,04,05,06,07,08,09,10,11,12,13

BIDDING DOCUMENTS

FRAME WORK CONTRACT OF SUPPLY OF MEDICAL


GASES/GENERAL STORE ITEMS/ BEDDING & CLOTHING/
PRINTING ITEMS/ X RAY FILMS & FIXERS DEVELOPERS/
DIALYSIS & SURGICAL ITEMS/LAB CHEMICALS/ BLOOD
BANK ITEMS/ BIOMEDICAL AND NON BIOMEDICAL
ITEMS/STATIONARY ITEMS/ HERBAL MEDICINES/
HOMEO MEDICINES FOR DHQ HOSPITAL MIANWALI
FOR THE YEAR 2020-21

PRIMARY AND SECONDARY HEALTHCARE DEPARTMENT

GOVERNMENT OF PUNJAB
PART 1
INSTRUCTION TO BIDDERS
INTRODUCTION
1. Source of 1.1 The Procuring Agency named in the Bid Data Sheet has received budget
Funds from the Government of Punjab. The Procuring Agency intends to
apply a portion of the proceeds of this budget to eligible payments
under the contract for which this Invitation for Bids is issued.

2. Eligible 2.1 This Invitation for Bids is open to all suppliers, except as provided
Bidders hereinafter.

2.2 Bidders should not be associated, or have been associated in the

with a firm or any of its affiliates which have been engaged by the
Procuring Agency to provide consulting services for the preparation of
the design, specifications, and other documents to be used for the
procurement of the goods to be purchased under this Invitation for
Bids.

2.3 Government-owned enterprises may participate only if they are legally


and financially autonomous, if they operate under commercial law, and
if they are not a dependent agency of the Government.

2.4 Bidders shall not be under a declaration of blacklisting by any


Government department or Punjab Procurement Regulatory Authority
(PPRA).

3. Eligible Goods 3.1 All goods and related services to be supplied under the contract shall
and Services have their origin in eligible source countries, defined in the Bid Data
Sheet (BDS), and all expenditures made under the contract will be
limited to such goods and services.

3.2 For purposes of this clause, “origin” means the place where the goods
are mined, grown, or produced, or the place from which the related
services are supplied. Goods are produced when, through
manufacturing, processing, or substantial and major assembly of
components, a commercially-recognized product results that is
substantially different in basic characteristics or in purpose or utility
from its components.
3.3 The origin of goods and services is distinct from the nationality of the
Bidder.

4. Cost of 4.1 The Bidder shall bear all costs associated with the preparation and
Bidding submission of its bid, and the Procuring Agency named in the Bid Data
Sheet, hereinafter referred to as “the Purchaser,” will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

BIDDING DOCUMENTS

5. Content of 5.1 The goods required, bidding procedures, and contract terms are
Bidding prescribed in the bidding documents. In addition to the Invitation for
Documents Bids, the bidding documents include:

(a) Instructions to Bidders (ITB)

(b) Bid Data Sheet

(c) Schedule of Requirements

(d) Technical Specifications

(e) Bid Submission Form

(f) Manufacturer’s Authorization Form

(g) Price Schedules

(h) Contract Form

(i) Performance Security Form

(j) General Conditions of Contract (GCC)

(k) Special Conditions of Contract (SCC)

5.2 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the bidding documents. Failure to furnish all
information required by the bidding documents or to submit a bid not
substantially responsive to the bidding documents in every respect will
be at the Bidder’s risk and may result in the rejection of its bid.
6. Clarification of 6.1 A prospective Bidder requiring any clarification of the bidding
Bidding documents may notify the Purchaser in writing or by email at the
Documents Purchaser’s address indicated in ITB Clause 19.1. The Purchaser will
respond in writing to any request for clarification of the bidding
documents which it receives no later than three (3) days prior to the
deadline for the submission of bids prescribed in the Bid Data Sheet.
Written copies of the Purchaser’s response (including an explanation
of the query but without identifying the source of inquiry) will be sent
to all prospective bidders that have received the bidding documents.

7. Amendment of 7.1 At any time prior to the deadline for submission of bids, the Purchaser,
Bidding for any reason, whether at its own initiative or in response to a
Documents clarification requested by a prospective Bidder, may modify the
bidding documents by amendment.

7.2 All prospective bidders that have received the bidding documents will
be notified of the amendment in writing or by email, and will be
binding on them.

7.3 In order to allow prospective bidders reasonable time in which to take


the amendment into account in preparing their bids, the Purchaser, at
its discretion, may extend the deadline for the submission of bids.

PREPARATION OF BIDS

8. Language of 8.1 The bid prepared by the Bidder, as well as all correspondence and
Bid documents relating to the bid exchanged by the Bidder and the
Purchaser shall be written in the language specified in the Bid Data
Sheet. Supporting documents and printed literature furnished by the
Bidder may be in same language.

9. Documents 9.1 The bid prepared by the Bidder shall comprise the following
Comprising components:
the Bid
(a) a Bid Form and a Price Schedule completed in accordance with
ITB Clauses 10, 11, and 12;

(b) documentary evidence established in accordance with ITB


Clause 13 that the Bidder is eligible to bid and is qualified to
perform the contract if its bid is accepted;

(c) documentary evidence established in accordance with ITB


Clause 14 that the goods and ancillary services to be supplied by
the Bidder are eligible goods and services and conform to the
bidding documents; and

(d) bid security furnished in accordance with ITB Clause 15.

10. Bid Form 10.1 The Bidder shall complete the Bid Form and the appropriate Price
Schedule furnished in the bidding documents, indicating the goods to
be supplied, a brief description of the goods, and their country of
origin, quantity, and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the unit
prices (where applicable) and total bid price of the goods it proposes to
supply under the contract.

11.2 Prices indicated on the Price Schedule shall be delivered duty paid
(DDP) prices.

11.3 The Bidder’s separation of price components in accordance with ITB


Clause 11.2 above will be solely for the purpose of facilitating the
comparison of bids by the Purchaser and will not in any way limit the
Purchaser’s right to contract on any of the terms offered.

11.4 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the contract and not subject to variation on any
account, unless otherwise specified in the Bid Data Sheet. A bid
submitted with an adjustable price quotation will be treated as
nonresponsive and will be rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the
Bid Data Sheet.

13. Documents 13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid,
Establishing documents establishing the Bidder’s eligibility to bid and its
Bidder’s qualifications to perform the contract if its bid is accepted.
Eligibility and
Qualification 13.2 The documentary evidence of the Bidder’s eligibility to bid shall
establish to the Purchaser’s satisfaction that the Bidder, at the time of
submission of its bid, is eligible as defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to perform


the contract if its bid is accepted shall establish to the Purchaser’s
satisfaction:

(a) that, in the case of a Bidder offering to supply goods under the
contract which the Bidder did not manufacture or otherwise
produce, the Bidder has been duly authorized by the goods’
Manufacturer or producer to supply the goods in Pakistan;

(b) that the Bidder has the financial, technical, and production
capability necessary to perform the contract;

(c) that, in the case of a Bidder not doing business within Pakistan,
the Bidder is or will be (if awarded the contract) represented by
an Agent in that country equipped, and able to carry out the
Supplier’s maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract and/or
Technical Specifications; and

(d) That the Bidder meets the qualification criteria listed in the Bid
Data Sheet.

14. Documents
Establishing 14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid,
Goods’ documents establishing the eligibility and conformity to the bidding
Eligibility and documents of all goods and services which the Bidder proposes to
Conformity to supply under the contract.
Bidding
Documents
14.2 The documentary evidence of the eligibility of the goods and services
shall consist of a statement in the Price Schedule of the country of
origin of the goods and services offered which shall be confirmed by a
certificate of origin issued at the time of shipment.

14.3 The documentary evidence of conformity of the goods and services to


the bidding documents may be in the form of literature, drawings, and
data, and shall consist of:

(a) a detailed description of the essential technical and performance


characteristics of the goods;
(b) a list giving full particulars, including available sources and
current prices of spare parts, special tools, etc., necessary for the
proper and continuing functioning of the goods for a period to be
specified in the Bid Data Sheet, following commencement of the
use of the goods by the Purchaser; and

(c) an item-by-item commentary on the Purchaser’s Technical


Specifications demonstrating substantial responsiveness of the
goods and services to those specifications, or a statement of
deviations and exceptions to the provisions of the Technical
Specifications.

14.4 For purposes of the commentary to be furnished pursuant to ITB


Clause 14.3(c) above, the Bidder shall note that standards for
workmanship, material, and equipment, as well as references to brand
names or catalogue numbers designated by the Purchaser in its
Technical Specifications, are intended to be descriptive only and not
restrictive. The Bidder may substitute alternative standards, brand
names, and/or catalogue numbers in its bid, provided that it
demonstrates to the Purchaser’s satisfaction that the substitutions
ensure substantial equivalence to those designated in the Technical
Specifications.

15. Bid Security 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a
bid/ security in the amount specified in the Bid Data Sheet.

15.2 The bid security is required to protect the Purchaser against the risk of
Bidder’s conduct which would warrant the security’s forfeiture,
pursuant to ITB Clause 15.7.

15.3 The bid security shall be in Pak. Rupees and shall be in one of the
following forms:

(b) Bank call-deposit (CDR), Demand Draft (DD), Pay Order (PO)
or Banker’s cheque valid for thirty (30) days beyond the validity
of bid.
15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 will
be rejected by the Purchaser as nonresponsive, pursuant to ITB Clause
24.

15.5 Unsuccessful bidders’ bid security will be discharged or returned as


promptly as possible but not later than thirty (30) days after the
expiration of the period of bid validity prescribed by the Purchaser
pursuant to ITB Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the
Bidder signing the contract, pursuant to ITB Clause 32, and furnishing
the performance security, pursuant to ITB Clause 33.

15.7 The bid security may be forfeited:

(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the contract in accordance with ITB Clause 32;

or

(ii) to furnish performance security in accordance with ITB


Clause 33.

16. Period of 16.1 Bids shall remain valid for the period specified in the Bid Data Sheet
Validity of after the date of bid opening prescribed by the Purchaser, pursuant to
Bids ITB Clause 19. A bid valid for a shorter period shall be rejected by the
Purchaser as nonresponsive.

16.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s


consent to an extension of the period of validity. The request and the
responses thereto shall be made in writing (or by email). The bid
security provided under ITB Clause 15 shall also be suitably extended.
A Bidder may refuse the request without forfeiting its bid security. A
Bidder granting the request will not be required nor permitted to
modify its bid, except as provided in ITB Clause 16.3.

16.3 In the case of fixed price contracts, if the award is delayed by a period
exceeding sixty (60) days beyond the expiry of the initial bid validity,
the contract price will be adjusted by a factor specified in the request
for extension.

17. Format and 17.1 The Bidder shall prepare an original and the number of copies of the
Signing of Bid bid indicated in the Bid Data Sheet, clearly marking each “ORIGINAL
BID” and “COPY OF BID,” as appropriate. In the event of any
discrepancy between them, the original shall govern.

17.2 The original and the copy or copies of the bid shall be typed or written
in indelible ink and shall be signed by the Bidder or a person or
persons duly authorized to bind the Bidder to the contract. All pages
of the bid, except for un amended printed literature, shall be initialed
by the person or persons signing the bid.

17.3 Any interlineations, erasures, or overwriting shall be valid only if they


are initialed by the person or persons signing the bid.

17.4 The Bidder shall furnish information as described in the Form of Bid
on commissions or gratuities, if any, paid or to be paid to agents
relating to this Bid, and to contract execution if the Bidder is awarded
the contract.

SUBMISSION OF BIDS
18. Sealing and 18.1 The Bidder shall seal the original and each copy of the bid in separate
Marking of envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.”
Bids The envelopes shall then be sealed in an outer envelope.

18.2 The inner and outer envelopes shall:

(a) be addressed to the Purchaser at the address given in the Bid


Data Sheet; and

(b) bear the title of procurement Activity indicated in the Bid Data
Sheet, the Invitation for Bids (IFB) title and number indicated in
the Bid Data Sheet, and a statement: “DO NOT OPEN
BEFORE,” to be completed with the time and the date specified
in the Bid Data Sheet, pursuant to ITB Clause 2.2.

18.3 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
“late”.

18.4 If the outer envelope is not sealed and marked as required by ITB
Clause 18.2, the Purchaser will assume no responsibility for the bid’s
misplacement or premature opening.

19. Deadline for 19.1 Bids must be received by the Purchaser at the address specified under
Submission of ITB Clause 18.2 no later than the time and date specified in the Bid
Bids
Data Sheet.

19.2 The Purchaser may, at its discretion, extend this deadline for the
submission of bids by amending the bidding documents in accordance
with ITB Clause 7, in which case all rights and obligations of the
Purchaser and bidders previously subject to the deadline will thereafter
be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for submission of
bids prescribed by the Purchaser pursuant to ITB Clause 19 will be
rejected and returned unopened to the Bidder.

21. Modification 21.1 The Bidder may modify or withdraw its bid after the bid’s submission,
and provided that written notice of the modification, including substitution
Withdrawal of or withdrawal of the bids, is received by the Purchaser prior to the
Bids deadline prescribed for submission of bids.

21.2 The Bidder’s modification or withdrawal notice shall be prepared,


sealed, marked, and dispatched in accordance with the provisions of
ITB Clause 18. A withdrawal notice may also be sent by email, but
followed by a signed confirmation copy, postmarked not later than the
deadline for submission of bids.

21.3 No bid may be modified after the deadline for submission of bids.

21.4 No bid may be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Bid Form. Withdrawal of a bid during
this interval may result in the Bidder’s forfeiture of its bid security,
pursuant to the ITB Clause 15.7.

OPENING AND EVALUATION OF BIDS

22. Opening of 22.1 The Purchaser will open all bids in the presence of bidders’
Bids by the representatives who choose to attend, at the time, on the date, and at
Purchaser the place specified in the Bid Data Sheet. The bidders’ representatives
who are present shall sign an attendance sheet evidencing their
presence.
22.2 The bidders’ names, bid modifications or withdrawals, bid prices,
discounts, and the presence or absence of requisite bid security and
such other details as the Purchaser, at its discretion, may consider
appropriate, will be announced at the opening. No bid shall be rejected
at bid opening, except for late bids, which shall be returned unopened
to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not
opened and read out at bid opening shall not be considered further for
evaluation, irrespective of the circumstances. Withdrawn bids will be
returned unopened to the bidders.

22.4 The Purchaser will prepare minutes of the bid opening.

23. Clarification of 23.1 During evaluation of the bids, the Purchaser may, at its discretion, ask
Bids the Bidder for a clarification of its bid. The request for clarification
and the response shall be in writing, and no change in the prices or
substance of the bid shall be sought, offered, or permitted.

24. Preliminary 24.1 The Purchaser will examine the bids to determine whether they are
Examination 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.

24.2 Arithmetical errors will be rectified on the following basis. If there is a


discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail,
and the total price shall be corrected. If the Supplier does not accept
the correction of the errors, its bid will be rejected, and its bid security
may be forfeited. If there is a discrepancy between words and figures,
the amount in words will prevail.

24.3 The Purchaser may waive any minor informality, nonconformity, or


irregularity in a bid which does not constitute a material deviation,
provided such waiver does not prejudice or affect the relative ranking
of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 25 the


Purchaser will determine the substantial responsiveness of each bid to
the bidding documents. For purposes of these Clauses, a substantially
responsive bid is one which conforms to all the terms and conditions of
the bidding documents without material deviations. Deviations from,
or objections or reservations to critical provisions, such as those
concerning Bid Security (ITB Clause 15), Applicable Law (GCC
Clause 30), and Taxes and Duties (GCC Clause 32), will be deemed
to be a material deviation. The Purchaser’s determination of a bid’s
responsiveness is to be based on the contents of the bid itself without
recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the


Purchaser and may not subsequently be made responsive by the Bidder
by correction of the nonconformity.

25. Qualification 25.1 In the absence of prequalification, the Purchaser will determine to its
& Evaluation satisfaction whether the Bidder is qualified to perform the contract
of Bids satisfactorily, in accordance with the criteria listed in ITB Clause 13.3.

25.2 The determination will take into account the Bidder’s financial,
technical, and production capabilities. It will be based upon an
examination of the documentary evidence of the Bidder’s
qualifications submitted by the Bidder, pursuant to ITB Clause 13.3, as
well as such other information as the Purchaser deems necessary and
appropriate.

25.3 The Purchaser will technically evaluate and compare the bids which
have been determined to be substantially responsive, pursuant to ITB
Clause 24, as per Technical Specifications required.

25.4 The Purchaser’s financial evaluation of a bid will be on delivered duty


paid (DDP) price inclusive of prevailing taxes and duties.

26. Contacting the 26.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any
Purchaser matter relating to its bid, from the time of the bid opening to the time
evaluation report is made public i.e. 10 days before the contract is
awarded. If the Bidder wishes to bring additional information or has
grievance to the notice of the Purchaser, it should do so in writing.

26.2 Any effort by a Bidder to influence the Purchaser during bid


evaluation, or bid comparison may result in the rejection of the
Bidder’s bid.

AWARD OF CONTRACT
27. Award 27.1 Subject to ITB Clause 30, the Purchaser will award the contract to the
Criteria successful Bidder whose bid has been determined to be substantially
responsive and has been determined to be the lowest evaluated bid,
provided further that the Bidder is determined to be qualified to
perform the contract satisfactorily.

28. Purchaser’s 28.1 The Purchaser reserves the right at the time of contract award to
Right to Vary increase or decrease, by the percentage indicated in the Bid Data Sheet,
Quantities at the quantity of goods and services originally specified in the Schedule
Time of Award of Requirements without any change in unit price or other terms and
conditions.

29. Purchaser’s 29.1 The Purchaser reserves the right to accept or reject all bids, and to
Right to annul the bidding process at any time prior to contract award, without
Accept or thereby incurring any liability to the Bidder or bidders or any
Reject All Bids obligation to inform the Bidder or bidders of the grounds for the
Purchaser’s action.

30. Notification of 30.1 Prior to the expiration of the period of bid validity, the Purchaser will
Award notify the successful Bidder in writing by registered letter or by email,
to be confirmed in writing by registered letter, that its bid has been
accepted.

30.2 The notification of award will constitute the formation of the Contract.

30.3 Upon the successful Bidder’s furnishing of the performance security


pursuant to ITB Clause 33, the Purchaser will promptly notify each
unsuccessful Bidder and will discharge its bid security, pursuant to
ITB Clause 15.

31. Signing of 31.1 At the same time as the Purchaser notifies the successful Bidder that its
Contract bid has been accepted, the Purchaser will send the Bidder the Contract
Form provided in the bidding documents, incorporating all agreements
between the parties.

31.2 Within seven (07) days of receipt of the Contract Form, the successful
Bidder shall sign and date the contract and return it to the Purchaser.

32 Performance 32.1 Within fourteen (14) days of the receipt of notification of award from
Security the Purchaser, the successful Bidder shall furnish the performance
security in accordance with the Conditions of Contract, in the
Performance Security Form provided in the bidding documents, or in
another form acceptable to the Purchaser.

32.2 Failure of the successful Bidder to comply with the requirement of ITB
Clause 32 or ITB Clause 33.1 shall constitute sufficient grounds for the
annulment of the award and forfeiture of the bid security, in which
event the Purchaser may make the award to the next lowest evaluated
Bidder or call for new bids.

33. Corrupt or 33.1 The Procuring Agency requires that Bidders, Suppliers, and
Fraudulent Contractors observe the highest standard of ethics during the
Practices procurement and execution of contracts. For the purposes of this
provision, the terms set forth below are defined as follows:

(i) “corrupt practice”


means the offering, giving, receiving or soliciting anything of
value to influence the action of a public official in the
procurement process or in contract execution; and

(ii) “fraudulent practice”


means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the
detriment of the Procuring Agency,

(iii) “collusive practice”


is an arrangement among bidders (prior to or after bid
submission) designed to establish bid prices at artificial, non-
competitive levels for any wrongful gains, and to deprive the
Procuring Agency of the benefits of free and open competition;

(b) The Procuring Agency will reject a proposal for


award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in
competing for the contract in question;

(c) The Procuring Agency will sanction a firm, in


accordance with prevailing Blacklisting procedures under
Punjab Procurement Rules 2014, if it at any time determines
that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing, a Bank-financed contract.
33.2 Furthermore, Bidders shall be aware of the provision stated in sub-
clause 5.4 and sub-clause 24.1 of the General Conditions of Contract.

Part-I
Section II. Bid Data Sheet

The following specific data for the goods to be procured shall complement, supplement, or amend the
provisions in the Instructions to Bidders (ITB) Part One. Whenever there is a conflict, the provisions
herein shall prevail over those in ITB.

Introduction
ITB 1.1 Name of Procuring Agency: DHQ hospital, Mianwali, Government of the
Punjab

ITB 1.1 Name of Project:

Package 1:

ITB 4.1 Name of Purchaser:

Procuring Agency

DHQ hospital, Mianwali.

ITB 6.1 For clarification purposes, the Employer’s address is:


DHQ hospital Mianwali.

Requests for clarification shall be received by the Employer no Later than


17/07/2020

ITB 8.1 Language of the bid – English

Bid Price and Currency


ITB 11.2 The price quoted shall be Delivered Duty Paid at the following locations in
accordance with the Schedule of Requirements including the delivery
charges: Mianwali city, District Mianwali (Punjab)

ITB 12.1 The price shall be in Pak Rupees and shall be fixed.

Preparation and Submission of Bids


ITB 13.2
a. Certificate of Incorporation of bidder’s firm showing its location
and the date of registration etc.
b. NTN and GST Registration Certificate

ITB 13.3 (b) Audited Balance Sheet or Bank Statement for the last 2 financial years (up
to December 2018).

ITB 13.3 (d) Qualification requirements. In addition to ITB 13.1, ITB 13.2, and ITB
13.3 (b), the potential bidder must also fulfill the following:-
a) The Bidder must be a Manufacturer or an Authorized Dealer or
service provider for sales &service continuously from last one-
year.
b) Technical Brochures of Equipment quoted, mentioning its
specifications, manufacture’s model, product number, and country
of origin.
c) An average annual sale of Rs. 5 million.
d) One year business history with government/autonomous
institutions.
e) Authority Letter from the Bidder Company authorizing the
relevant person to represent the company.
f) If an Agent submits bids on behalf of more than one Manufacturer,
unless each such bid is accompanied by a separate Bid Form for
each bid, and a bid security, when required, for each bid, and a
valid authorized dealership certificate from the respective
Manufacturer, all such bids will be rejected as nonresponsive.

ITB 14.3 (b) A certificate from the dealer that all spare parts of the equipment to be
supplied are easily available in Pakistan in the local market or from
company owned outlets.

ITB 15.1 Amount of Bid Security:

Package Item Bid Security

Frame work contract for supply 2% of Estimated


2
of Medical Gases (2020-21) Cost

Frame work contract for supply 2% of Estimated


3
of General Store Items (2020-21) Cost

Frame work contract for supply


2% of Estimated
4 of Bedding & Clothing items
Cost
(2020-21)

Frame work contract for supply 2% of Estimated


5
of Printing items (2020-21) Cost

Frame work contract for supply


2% of Estimated
6 of X-Ray Films &
Cost
Fixers/Developers (2020-21)

Frame work contract for supply


2% of Estimated
7 of Dialysis and Surgical items
Cost
(2020-21)
Frame work contract for supply 2% of Estimated
8
of Lab Chemicals (2020-21) Cost

Frame work contract for supply 2% of Estimated


9
of Blood Bank items (2020-21) Cost

Frame work contract for supply


2% of Estimated
10 of Biomedical and Non
Cost
Biomedical items (2020-21)

Frame work contract for supply 2% of Estimated


11
of Stationary items (2020-21) Cost

Frame work contract for supply 2% of Estimated


12
of Herbal Medicines (2020-21) Cost

Frame work contract for supply 2% of Estimated


13
of Homeo Medicines (2020-21) Cost

Bids shall be in the prescribed format, sealed and accompanied by the Bid
Security in the form of Call Deposit, Bank Draft, or Pay Order in favor of
Medical superintendent DHQ Hospital, Mianwali, having its validity 90
days from the date of opening of bid.

ITB 16.1 Bid Validity Period: 90 days after the date of opening of bid.

ITB 17.1 Number of Copies: Original along with one Copy of the bid. Bids must
be accompanied by unit price and total price.

ITB 18.2 (a) Address for Bid Submission:

District Headquarter Hospital, Mianwali.

ITB 19.1 Deadline for Bid Submission: 20/07/2020 11:30 AM

ITB 22.1 Time, Date, and Place for Bid Opening:

On 20/07/2020 at 12:30 PM . at conference Hall DHQ Hospital


Mianwali.
Bid Evaluation
ITB 25.3 Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) Total Price
offered by the qualified responsive bidder.

Contract Award
ITB 29.1 Percentage for quantity increase or decrease:

15 % of total contract value

Section III. Schedule of Requirements


A) SCHEDULE OF REQUIREMENT: (FOR PACKAGE 3 TO PACKAGE 13)

PACKAGE/ITEM LOCATION DELIVERY PERIOD DELIVERY PERIOD


(WITHOUT (WITH PENALTY)
PENALTY) (0.67 % of supply
order / Day )
3:Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of General
Store Items (2020-21)
4:Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Bedding &
Clothing items (2020-
21)
5: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Printing
items (2020-21)
6: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of X-Ray
Films &
Fixers/Developers
(2020-21)
7: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Dialysis
and Surgical items
(2020-21)
8: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Lab
Chemicals (2020-21)
9: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Blood
Bank items (2020-21)
10: Frame work contract DHQ Hospital Mianwali 15 Days 30 days
for supply of
Biomedical and Non 30 days for imported 60 days for imported
Biomedical items items items
(2019-20)
11: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Stationary
items (2020-21)
12: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Herbal
Medicines (2020-21)
13: Frame work contract DHQ Hospital Mianwali 10 Days 20 days
for supply of Homeo
Medicines (2020-21)

B) SCHEDULE OF REQUIREMENT: (FOR SUPPLY OF MEDICAL GASES)

PACKAGE LOCATION ITEM DELIVERY PERIOD

2 DHQ Hospital Mianwali Frame work contract for 24 hours


supply of Medical
Gases (2020-21)
a) The company is bound to the supply of gases whenever needed and irrespective of availability of
free / empty cylinders.
b) Minimum 200 cylinders would be on rotation. No separate rent of empty cylinders would be
claimed/ entertained.
c) The firm will provide cylinders according to international color coding.
d) The firm will bear the delivery charges.
e) The repair and maintenance of the cylinder will be the responsibility of the Firm.
f) The delivery time will be maximum 24 hours in normal routine and 4 hours in emergency. After
lapse of this time the firm will be fined 20% of that order and show cause notice will be issed to
the firm. After three show cause notices, contract will be cancelled.
g) The firm will be responsible of checking of leakage of cylinders regularly and take appropriate
measures.
h) The firm will ensure the supply of gases 24/7 and 365 days in a year. No holiday and strike may
affect the supply of biomedical gases.
i) Any Central contract of medical gases made by Primary & Secondary Healthcare
department may fully or partially revoke this contract at once.
 All works should be completed in the time frame given by the competent
authority. No excuse will be accepted.

Part-I
Section V. Bidding Forms

1. Bid Submission Form


Date:

No:

To

Medical Superintendent

DHQ Hospital Mianwali

Primary & Secondary Health Department

Government of the Punjab

Having examined the bidding documents including Addenda Nos. [insert numbers], the receipt of
which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of
goods and services] in conformity with the said bidding documents for the sum of [total bid amount in
words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices
attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule
specified in the Schedule of Requirements.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 5% percent
of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser.

We agree to abide by this Bid for a period of 90 days from the date fixed for Bid opening and it shall
remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof
and your notification of award, shall constitute a binding Contract between us.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to
contract execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or


gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state “none”)

We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of


Part-II
Section I. Contract Forms

1. Contract Form

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of Purchaser]
(hereinafter called “the Purchaser”) of the one part and [name of Supplier] of (hereinafter called “the
Supplier”) of the other part:

WHEREAS the Purchaser invited bids for certain goods and ancillary services, viz., [brief description of
goods and services] and has accepted a bid by the Supplier for the supply of those goods and services in
the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and


(f) the Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter


mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to
remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods
and services and the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the contract at the times and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with
their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the Purchaser)

Signed, sealed, delivered by the (for the Supplier

2. Performance Security Form

To:

Medical Suprintendent

DHQ Hospital Mianwali.

Primary and Secondary Healthcare Department

Government Of Punjab.
WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of
Contract No. [reference number of the contract] dated ____________ 20_____ to supply [description of
goods and services] (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 reputable bank for the sum specified therein as security for compliance with
the Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you,
upon your first written demand declaring the Supplier to be in default under the Contract and without
cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the _____ day of __________20_____.

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

BID SECURITY (Bank Guarantee)

Security Executed on __________________________________________________ (Date)

Name of Surety (Bank) with Address: ________________________________________

(Scheduled Bank in Pakistan)

Name of Principal (Bidder) with Address _______________________________________


______________________________________________________________________________
Penal Sum of Security Rupees. _____________________(Rs. _____________________) Bid Reference
No. _______________________________________________________ KNOW ALL MEN BY THESE
PRESENTS, that in pursuance of the terms of the Bid and at the request of the said Principal (Bidder) we,
the Surety above named, are held and firmly bound unto
______________________________________________________ (hereinafter called the 'Employer') in
the sum stated above for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Bidder has submitted the
accompanying Bid dated ______ for Bid No. _______ for_______(Particulars of Bid) to the said
Employer; and

WHEREAS, the Employer has required as a condition for considering said Bid that the Bidder furnishes a
Bid Security in the above said sum from a Scheduled Bank in Pakistan or from a foreign bank duly
counter-guaranteed by a Scheduled Bank in Pakistan, to the Employer, conditioned as under:

1. that the Bid Security shall remain in force up to and including the date---------- days after the
deadline for validity of bids as stated in the Instructions to Bidders or as it may be extended by
the Employer, notice of which extension(s) to the Surety is hereby waived;
2. that the Bid Security of unsuccessful Bidders will be returned by the Employer after expiry of its
validity or upon signing of the Contract Agreement; and
3. That in the event of failure of the successful Bidder to execute the proposed Contract
Agreement for such work and furnish the required Performance Security.

NOW THEREFORE, if the successful Bidder shall, within the period specified therefor, on the prescribed
form presented to him for signature enter into a formal Contract with the said Employer in accordance
with his Bid as accepted and furnish within--------- days of his being requested to do so, a Performance
Security with good and sufficient surety, as may be required, upon the form prescribed by the said
Employer for the faithful performance and proper fulfillment of the said Contract or in the event of non-
withdrawal of the said Bid within the time specified for its validity then this obligation shall be void and
of no effect, but otherwise to remain in full force and effect.

PROVIDED THAT the Surety shall forthwith pay the Employer (Procuring Agency) the said sum upon
first written demand of the Employer (without cavil or argument) and without requiring the Employer to
prove or to show grounds or reasons for such demand, notice of which shall be sent by the Employer by
registered post duly addressed to the Surety at its address given above.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Principal (Bidder) has duly performed his obligations to sign the Contract Agreement and to furnish the
requisite Performance Security within the time stated above, or has defaulted in fulfilling said
requirements and the Surety shall pay without objection the said sum upon demand from the Employer
forthwith and without any reference to the Principal (Bidder) or any other person.
IN WITNESS WHEREOF, the above bounden Surety has executed the instrument under its seal on the
date indicated above, the name and seal of the Surety being hereto affixed and these presents duly signed
by its undersigned representative pursuant to authority of its governing body.

SURETY (Bank)

WITNESS: Signature_________________________

1. ________________________________ Name____________________________

________________________________ Title_____________________________

Corporate Secretary (Seal) Corporate Guarantor (Seal)

2. ________________________________

________________________________

Name, Title & Address


Part-II
Section II. General Conditions of Contract

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the
Purchaser and the Supplier, as recorded in the Contract Form
signed by the parties, including all attachments and appendices
thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier
under the Contract for the full and proper performance of its
contractual obligations.

(c) “The Goods” means all of the equipment, machinery, and/or


other materials which the Supplier is required to supply to the
Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of


the Goods, such as transportation and insurance, and any other
incidental services, such as installation, commissioning,
provision of technical assistance, training, and other such
obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in


this section.
(f) “SCC” means the Special Conditions of Contract.

(g) “The Purchaser” means the organization purchasing the Goods,


as named in SCC.

(h) “The Purchaser’s country” is Islamic Republic of Pakistan.

(i) “The Supplier” means the individual or firm supplying the


Goods and Services under this Contract.

(j) “The Project Site,” where applicable, means the place or places
named in SCC.

(k) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not
superseded by provisions of other parts of the Contract.

3. Country of 3.2 For purposes of this Clause, “origin” means the place where the Goods
Origin were mined, grown, or produced, or from which the Services are
supplied. Goods are produced when, through manufacturing,
processing, or substantial and major assembly of components, a
commercially recognized new product results that is substantially
different in basic characteristics or in purpose or utility from its
components.

3.3 The origin of Goods and Services is distinct from the nationality of the
Supplier.

4. Standards 4.1 The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable
standard is mentioned, to the authoritative standards appropriate to the
Goods’ country of origin. Such standards shall be the latest issued by
the concerned institution.

5. Use of 5.1 The Supplier shall not, without the Purchaser’s prior written consent,
Contract disclose the Contract, or any provision thereof, or any specification,
Documents plan, drawing, pattern, sample, or information furnished by or on
and behalf of the Purchaser in connection therewith, to any person other
Information; than a person employed by the Supplier in the performance of the
Inspection and Contract. Disclosure to any such employed person shall be made in
Audit by the confidence and shall extend only so far as may be necessary for
Bank 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 Procuring Agency to inspect the
Supplier’s accounts and records relating to the performance of the
Supplier and to have them audited by auditors appointed by the
Procuring Agency, if so required by the Procuring Agency.

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.

7. Performance 7.1 Within ten (10) days of receipt of the notification of Contract award,
Security the successful Bidder shall furnish to the Purchaser the performance
security in the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the


Purchaser as compensation for any loss resulting from the Supplier’s
failure to complete its obligations under the Contract.

7.3 The performance security shall be denominated in the currency of the


Contract acceptable to the Purchaser and shall be in one of the
following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by a


reputable bank located in Pakistan, in the form provided in the
bidding documents or another form acceptable to the Purchaser;
or

(b) a cashier’s or certified check.

7.4 The performance security will be discharged by the Purchaser and


returned to the Supplier not later than thirty (30) days following the
date of completion of the Supplier’s performance obligations under the
Contract, including any warranty obligations, unless specified
otherwise in SCC.

8. Inspections 8.1 The Purchaser or its representative shall have the right to inspect
and Tests and/or to test the Goods to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser. SCC and the Technical
Specifications shall specify what inspections and tests the Purchaser
requires and where they are to be conducted. The Purchaser shall
notify the Supplier in writing, in a timely manner, of the identity of any
representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the
Supplier or its subcontractor(s), at point of delivery, and/or at the
Goods’ final destination. If conducted on the premises of the Supplier
or its subcontractor(s), all reasonable facilities and assistance,
including access to drawings and production data, shall be furnished to
the inspectors at no charge to the Purchaser.
8.3 Should any inspected or tested Goods fail to conform to the
Specifications, the Purchaser may reject the Goods, and the Supplier
shall either replace the rejected Goods or make alterations necessary to
meet specification requirements free of cost to the Purchaser.

8.4 The Purchaser’s right to inspect, test and, where necessary, reject the
Goods after the Goods’ arrival in Pakistan shall in no way be limited or
waived by reason of the Goods having previously been inspected,
tested, and passed by the Purchaser or its representative prior to the
Goods’ shipment from the country of origin.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from
any warranty or other obligations under this Contract.

9. Packing 9.1 The Supplier shall provide such packing of the Goods as is required to
prevent their damage or deterioration during transit to their final
destination, as indicated in the Contract. The packing shall be
sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities at
all points in transit.

9.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as shall
be expressly provided for in the Contract, including additional
requirements, if any, specified in SCC, and in any subsequent
instructions ordered by the Purchaser.

10. Delivery and


Documents 10.1 Delivery of the Goods shall be made by the Supplier in accordance
with the terms specified in the Schedule of Requirements. The details
of shipping and/or other documents to be furnished by the Supplier are
specified in SCC.
10.2 Documents to be submitted by the Supplier are specified in SCC.

11. Insurance 11.1 The Goods supplied under the Contract shall be delivered duty paid
(DDP) under which risk is transferred to the buyer after having been
delivered; hence insurance coverage is seller’s responsibility.

12. Transportation 12.1 The Supplier is required under the Contact to transport the Goods to a
specified place of destination within the Purchaser’s country, transport
to such place of destination in the Purchaser’s country, including
insurance and storage, as shall be specified in the Contract, shall be
arranged by the Supplier, and related costs shall be included in the
Contract Price.

13. Incidental 13.1 The Supplier may be required to provide any or all of the following
Services services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/or start-up


of the supplied Goods;

(b) furnishing of tools required for assembly and/or maintenance of


the supplied Goods;

(c) furnishing of a detailed operations and maintenance manual for


each appropriate unit of the supplied Goods;

(d) performance or supervision or maintenance and/or repair of the


supplied Goods, for a period of time agreed by the parties,
provided that this service shall not relieve the Supplier of any
warranty obligations under this Contract; and

(e) Training of the Purchaser’s personnel, at the Supplier’s plant


and/or on-site, in assembly, start-up, operation, maintenance,
and/or repair of the supplied Goods.

13.2 Prices charged by the Supplier for incidental services, if not included
in the Contract Price for the Goods, shall be agreed upon in advance by
the parties and shall not exceed the prevailing rates charged for other
parties by the Supplier for similar services.

14. Spare Parts 14.1 As specified in SCC, the Supplier may be required to provide any or all
of the following materials, notifications, and information pertaining to
spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier
of any warranty obligations under the Contract; and

(b) in the event of termination of production of the spare parts:

(i) advance notification to the Purchaser of the pending


termination, in sufficient time to permit the Purchaser to
procure needed requirements; and

(ii) Following such termination, furnishing at no cost to the


Purchaser, the blueprints, drawings, and specifications of
the spare parts, if requested.

16. Payment 16.1 The method and conditions of payment to be made to the Supplier
under this Contract shall be specified in SCC.

16.2 The Supplier’s request(s) for payment shall be made to the Purchaser
in writing, accompanied by an invoice describing, as appropriate, the
Goods delivered and Services performed, and by documents submitted
pursuant to GCC Clause 10, and upon fulfillment of other obligations
stipulated in the Contract.

16.3 Payments shall be made promptly by the Purchaser, but in no case later
than thirty (30) days after submission of an invoice or claim by the
Supplier.

16.4 The currency of payment is Pak. Rupees.

17. Prices 17.1 Prices charged by the Supplier for Goods delivered and Services
performed under the Contract shall not vary from the prices quoted by
the Supplier in its bid, with the exception of any price adjustments
authorized in SCC or in the Purchaser’s request for bid validity
extension, as the case may be.

18. Change Orders 18.1 The Purchaser may at any time, by a written order given to the
Supplier pursuant to GCC Clause 31, make changes within the general
scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be


furnished under the Contract are to be specifically manufactured
for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

18.2 If any such change causes an increase or decrease in the cost of, or the
time required for, the Supplier’s performance of any provisions under
the Contract, an equitable adjustment shall be made in the Contract
Price or delivery schedule, or both, and the Contract shall accordingly
be amended. Any claims by the Supplier for adjustment under this
clause must be asserted within thirty (30) days from the date of the
Supplier’s receipt of the Purchaser’s change order.

19. Contract 19.1 Subject to GCC Clause 18, no variation in or modification of the terms
Amendments of the Contract shall be made except by written amendment signed by
the parties.

20. Assignment 20.1 The Supplier shall not assign, in whole or in part, its obligations to
perform under this Contract, except with the Purchaser’s prior written
consent.

21. Subcontracts 21.1 The Supplier shall notify the Purchaser in writing of all subcontracts
awarded under this Contract if not already specified in the bid. Such
notification, in the original bid or later, shall not relieve the Supplier
from any liability or obligation under the Contract.

21.2 Subcontracts must comply with the provisions of GCC Clause 3.

22. Delays in the 22.1 Delivery of the Goods and performance of Services shall be made by
Supplier’s the Supplier in accordance with the time schedule prescribed by the
Performance Purchaser in the Schedule of Requirements.

22.2 If at any time during performance of the Contract, the Supplier or its
subcontractor(s) should encounter conditions impeding timely delivery
of the Goods and performance of Services, 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 or
without liquidated damages, in which case the extension shall be
ratified by the parties by amendment of Contract.

22.3 Except as provided under GCC Clause 25, a delay by the Supplier in
the performance of its delivery obligations shall render the Supplier
liable to the imposition of liquidated damages pursuant to GCC Clause
23, unless an extension of time is agreed upon pursuant to GCC Clause
22.2 without the application of liquidated damages.

23. Liquidated 23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of
Damages the Goods or to perform the Services within the period(s) specified in
the Contract, the Purchaser shall, without prejudice to its other
remedies under the Contract, deduct from the Contract Price, as
liquidated damages, a sum equivalent to the percentage specified in
SCC of the delivered price of the delayed Goods or unperformed
Services for each week or part thereof of delay until actual delivery or
performance, up to a maximum deduction of the percentage specified
in SCC. Once the maximum is reached, the Purchaser may consider
termination of the Contract pursuant to GCC Clause 24.

24. Termination 24.1 The Purchaser, without prejudice to any other remedy for breach of
for Default 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 of the Goods within the
period(s) specified in the Contract, or within any extension
thereof granted by the Purchaser pursuant to GCC Clause 22; 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 practice” means the offering, giving, receiving or


soliciting of anything of value to influence the action of a public
official in the procurement process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order


to influence a procurement process or the execution of a contract
to the detriment of the Procuring Agency, and includes collusive
practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive
levels and to deprive the Procuring Agency of the benefits of
free and open competition.

24.2 In the event the Purchaser terminates the Contract in whole or in part,
pursuant to GCC Clause 24.1, the Purchaser may procure, upon such
terms and in such manner as it deems appropriate, Goods or Services
similar to those undelivered, and the Supplier shall be liable to the
Purchaser for any excess costs for such similar Goods or Services.
However, the Supplier shall continue performance of the Contract to
the extent not terminated.

25. Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22, 23, and 24, the
Supplier shall not be liable for forfeiture of its performance security,
liquidated damages, or termination 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.

25.2 For purposes of this clause, “Force Majeure” means an event beyond
the control of the Supplier and not involving the Supplier’s fault or
negligence and not foreseeable. Such events may include, but are not
restricted to, acts of the Purchaser in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine restrictions, and freight
embargoes.

25.3 If a Force Majeure situation arises, the Supplier shall promptly notify
the Purchaser in writing of such condition and the cause thereof.
Unless otherwise directed by the Purchaser in writing, the Supplier
shall continue to perform its obligations under the Contract as far as is
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.

26. Termination 26.1 The Purchaser may at any time terminate the Contract by giving
for Insolvency written notice to the Supplier if the Supplier becomes bankrupt or
otherwise insolvent. In this event, termination will be without
compensation to the Supplier, provided that such termination will not
prejudice or affect any right of action or remedy which has accrued or
will accrue thereafter to the Purchaser.

27. Termination 27.1 The Purchaser, by written notice sent to the Supplier, may terminate
for the Contract, in whole or in part, at any time for its convenience. The
Convenience notice of termination shall specify that termination is for the
Purchaser’s convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date upon which
such termination becomes effective.

27.2 The Goods that are complete and ready for shipment within thirty (30)
days after the Supplier’s receipt of notice of termination shall be
accepted by the Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:

(a) to have any portion completed and delivered at the Contract


terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed


amount for partially completed Goods and Services and for
materials and parts previously procured by the Supplier.

28. Resolution of 28.1 The Purchaser and the Supplier shall make every effort to resolve
Disputes amicably by direct informal negotiation any disagreement or dispute
arising between them under or in connection with the Contract.

28.2 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 require that the
dispute be referred for resolution to the formal mechanisms specified
in SCC. These mechanisms may include, but are not restricted to,
conciliation mediated by a third party, adjudication in an agreed and/or
arbitration.

29. Governing 29.1 The Contract shall be written in the language specified in SCC.
Language Subject to GCC Clause 30, 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 the same language.

30. Applicable 30.1 The Contract shall be interpreted in accordance with the laws of
Law Islamic Republic of Pakistan.

31. Notices
31.1 Any notice given by one party to the other pursuant to this Contract
shall be sent to the other party in writing or by fax and confirmed in
writing to the other party’s address specified in SCC.

31.2 A notice shall be effective when delivered or on the notice’s effective


date, whichever is later.

32. Taxes and 32.1 Supplier shall be entirely responsible for all taxes, duties, license fees,
Duties etc., incurred until delivery of the contracted Goods to the Purchaser.

33. 2ND Bidder 33.1 If the contract of successful bidder is cancelled under clause 24, 25 , 26
or 27 of GCC , 2nd bidder may be offered and awarded the contract on
rates of lowest bidder if accepted by him and so on.
Part-II
Section III. Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract.
Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of
Contract. The corresponding clause number of the GCC is indicated in parentheses.

1. Definitions (GCC Clause 1)

GCC 1.1 (g)—The Purchaser is: MEDICAL SUPRINTENDENT DHQ HOSPITAL MIANWALI,
Primary & Secondary Health Department, Government of the Punjab.

GCC 1.1 (h)—The Purchaser’s country is: Islamic Republic of Pakistan

GCC 1.1 (i)—The Supplier is:

GCC 1.1 (j)—The Project Site is: DHQ Hospital Mianwali (Punjab).

2. Country of Origin (GCC Clause 3)

3. Performance Security (GCC Clause 7)

GCC 7.1—The amount of performance security, as a percentage of the Contract Price, shall be 5%
(Five per cent of the contract price) in the shape of non recourse, irrevocable and unconditional
bank guarantee from scheduled bank of Pakistan on the prescribed format attached with the bidding
document.
4. Inspections and Tests (GCC Clause 8)

GCC 8.6—

Inspection and tests prior to delivery of goods and at final acceptance are:-

i) For being Brand New, bearing relevant reference numbers of the equipment
(Certificate from supplier)
ii) For Physical Fitness having No Damages (Certificate from supplier)
iii) For the Country of Origin as quoted by the Supplier (Certificate from
manufacturer)
iv) For conformance to specifications and performance parameters, through Prior to
delivery inspection (Inspection Report by PMU)
v) For successful operation at site after complete installation, testing and
commissioning of the equipment (Installation, Testing and Commissioning
Report by DHQ Hospital Mianwali.)

5. Delivery and Documents (GCC Clause 10)

GCC 10.3— upon shipment, the Supplier shall notify the Purchaser the full details of the shipment,
including Contract number, description of Goods, quantity and usual transport document. The
Supplier shall mail the following documents to the Purchaser:

(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total
amount;

(ii) Original and two copies of the usual transport document (for example, a negotiable bill of
lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway
consignment note, a road consignment note, or a multimodal transport document) which the
buyer may require to take the goods;

(iii) Copies of the packing list identifying contents of each package;

(iv) Insurance Certificate;

(v) Manufacturer’s or Supplier’s Valid Warranty Certificate;

(vi) Inspection Certificate issued by the Nominated Inspection Agency (if any), and the Supplier’s
Factory Inspection Report; and

(vii) Certificate of Origin.

(viii) The above documents would be required even if the equipment has already been imported and
is available with the supplier ex-stock
6. Insurance (GCC Clause 11)

GCC 11.1— The Goods supplied under the Contract shall be Delivered Duty Paid (DDP) under
which risk is transferred to the Buyer after having been delivered. Hence insurance coverage is
seller’s responsibility. Since the Insurance is seller’s responsibility they may arrange appropriate
coverage.

7. Incidental Services (GCC Clause 13)

GCC 13.1—Incidental services to be provided are:

A) At site complete training of Purchaser’s nominated staff regarding maintenance


and operation of Goods.
B) At site preventive maintenance on quarterly basis by the bidder’s qualified staff
for one year, starting from final acceptance of goods.

The rate must include cost for all kinds of labor, inputs and material required for
above, and all applicable government taxes and levies. In case a separate rate is
not provided by the bidder for the above items, it shall be deemed to have been
covered in the overall quoted cost.

8. Warranty (GCC Clause 15)

GCC 15.2—In accordance with the provisions, the warranty period shall be 2000 hours of operation
or 12 months (parts and labor warranty) from date of Handing Over (Final Acceptance) of the
Goods whichever occurs earlier. The Supplier shall, in addition, comply with the performance
and/or consumption guarantees specified under the Contract. If, for reasons attributable to the
Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion,
either:

(a) Make such changes, modifications, and/or additions to the Goods or any part thereof as may
be necessary in order to attain the contractual guarantees specified in the Contract at its own
cost and expense and to carry out further performance tests in accordance with SCC 4,

or
(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual
guarantees. The rate of these liquidated damages shall be 0.1 % of the contract price per day.
The maximum amount of liquidated damages for the whole of the goods or part thereof shall
be 5% of the contract price.

or

(c) Replacement of the whole unit at site including transportation, installation, testing &
commissioning etc in case of major defect at his own cost.

GCC 15.4 & 15.5—the period for correction of defects in the warranty period is 72 hours.

9. Payment (GCC Clause 16)

GCC 16.1—The method and conditions of payment to be made to the Supplier under this Contract
shall be as follows:

Payment for Goods supplied:

Payment shall be made in Pak. Rupees in the following manner:

(i) Payment against Delivered Goods: Upon submission of claim, the supplier shall be paid
within thirty (30) days of receipt of the Goods at site after performing the requisite
inspection and tests as mentioned in SCC 4.

12. Prices (GCC Clause 17)

GCC 17.1—Prices shall be: Fixed.

13. Liquidated Damages (GCC Clause 23)


GCC 23.1—Applicable rate: 0.1 % of contract price per day

Maximum deduction: 5 % of contract price


14. Resolution of Disputes (GCC Clause 28)

GCC 28.3—the dispute resolution mechanism to be applied pursuant to GCC Clause 28.2 shall be
as follows:

In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to
adjudication or arbitration in accordance with the Pakistan Arbitration Act, 1940.

15. Governing Language (GCC Clause 29)

GCC 29.1—The Governing Language shall be: English.

16. Applicable Law (GCC Clause 30)

GCC 30.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of
Pakistan which includes the following legislation:

The Employment of Children (ECA) Act 1991

The Bonded Labour System (Abolition) Act of 1992

The Factories Act 1934

17. Notices (GCC Clause 31)

GCC 31.1—Purchaser’s address for notice purposes – Office of MEDICAL SUPRINTENDENT


DHQ Hospital Mianwali, Primary & Secondary Health Department, Government of Punjab.

—Supplier’s address for notice purposes:


Package 2: (MEDICAL GASES)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 10,000,000/- (PKR) (One crore only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali
B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Medical Oxygen gas in 240 CFT 18,000 no
Cylinder, 2000 PSI
2 Medical Oxygen gas in 48 CFT 500 No
Cylinder, 2000 PSI
3 Nitrous Oxide Medical Gas 16200 (30 20 No
Kg)
4 Nitrous Oxide Medical Gas 1.70 (5 10 No
Kg)
Note:

a) The company is bound for the supply of gases whenever needed and irrespective of availability
of free/ empty cylinders.
b) Minimum 200 cylinders would be on rotation. No separate rent of empty cylinders would be
claimed/ entertained
c) The firm will provide cylinders according to international color coding.
d) The firm will bear the delivery charges.
e) The repair and maintenance of the cylinder will be the responsibility of the Firm.
f) The delivery time will be maximum 24 hours in normal routine and 4 hours in emergency. After
lapse of this time the firm will be fined 20% of that order and show cause notice will be issued.
After three show cause notices, contract will be cancelled.
g) The firm will be responsible of checking of leakage of cylinders regularly and take appropriate
measures.
h) The firm will ensure the supply of gases 24/7 and 365 days in a year. No holiday and strike may
affect the supply of biomedical gases.
i) Any Central contract of medical gases made by Primary & Secondary Healthcare
department may fully or partially revoke this contract at once.
C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Relevant experience of minimum 5 years.
Or Authorization letter from agency which
has a minimum experience of 5 years in
relevant business.
7 NTN Certificate (Filer).
8 GST Certificate (Active)
9 Price reasonability certificate.
Package 3: (GENERAL STORE ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 10,000,000/- (PKR) (One crore only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Energy Saver (Screw Type) 1000 No
24 watt with one year warranty
(Philips or Equivalent)
2 Energy Saver (Pin Type) 1000 No
24 watt with one year warranty
(Philips or Equivalent)
3 LED Light 50 watt 50 No
(Philips or equivalent)
4 LED Light 100 Watt 50 No
(Philips or equivalent)
5 LED Light 200 Watt 50 No
(Philips or equivalent)
6 Soap Dhobi per kg 2000 kg
(Sufi, Gaye, Commander or
Equivalent)
7 Surf per kg 2000 kg
(Surf Excel, Ariel, Bonus, Express,
Sufi, Breeo or Equivalent)
8 Soda Ash per kg 2000 kg
(ICI, Olympia or equivalent)
9 Bleech Liquid 500 ml 2000 No
(Robin or equivalent)
10 Neel Liquid 300 cc 2000 No
(Robin or equivalent)
11 Examination gloves Latex (100 per 500 No
packet)
(Protiex, Paramount, safety or
equivalent)
Best quality
12 Surgical Gloves (Per Pair) 5000 No
Brand: Lifecare, Comfeel, Ansel or
equivalent
13 Gloves Nitrile (Powder 2000 No
free)(100/Packet)
14 Hand Sanitizer (For Hand 1000 No
disinfection)
Packing: 500 ml
15 Surgical Face Mask Three Plie 2000 No
(50 per packet)
16 Accu Check strips Proforma (100 per 1000 No
packet)
17 Glucometer 150 No
Brand: Accu Check Proforma
18 Disposable Shoe Cover (100 per 250 No
packet)
(Best quality)
19 Disposable Cap (100 per packet) 200 No
(Best quality)
20 Polythene Bags (Shoppers) Per Kg 2000 Kg
21 ECG Roll (63mm) 1000 No
(Best quality)
22 ECG Roll (80mm) 1000 No
(Best quality)
23 ECG Roll (210 mm) 100 No
(Best quality)
24 Roll for Shoe Cover Machine 100 No
Model No: 29125
Brand: Techno GAZ, Italy
(Shoe cover machines already
supplied by PMU, P&SHD through
central contract)
25 Cidex solution per litre 100 litre
(Best quality)

26 Soap Large (White colour) 1000 No


(Life buoy, Dettol, Safeguard or
Equivalent)
27 Liquid Soap (500 ml packing) 500 No
(Dettol or Equivalent)
28 Tissue Paper Box 1000 No
(Rose petal or Equivalent)
29 Tissue Paper Roll 1000 No
(Best quality)
30 Air Freshner 500 No
Packing: 300ml
31 BP apparatus ( Dial type) 250 No
(Imported)
32 BP apparatus (Mercury) 200 No
(Imported)
33 Syringe Cutter 1000 No
(Best quality)
34 Sharp container 1000 No
(Best quality)
35 Oxygen Regulator (Imported) 50 No
36 Flow meters (For CCU & Nursery) 30 No
Imported
37 Ultra Sound Gel 100 No
Packing: 5 Litre
38 Lancets/Pricker (100/packet) 100 No
39 Sunny Plasts (100/Packet) 300 No
40 China Lock 2 inch 300 No
(Best quality)
41 Flow Meters 140 No
DIN Standard
Model: RS + CH/200
42 Glass Cleaner 200 No
(Glint, Insta or equivalent)
43 Plastic Lotta 100 No
(Best quality)
44 Water Pipe 2000 feet
45 Door Matt 100 No
(Best quality subjected to approval
of sample)
46 Torniquet 100 No
47 Thermometer 100 No
48 ECG Lead (As per sample) 10 No
49 Formaline 30 litre
50 Ammonia 30 Litre
51 Chlorine 30 Bottles
52 Nebulizer Kit 500 No
53 Stethoscope 100 No
54 Glucometer Cell 50 No
55 ECG Leads 10 No
56 Autoclave Tapes 19mm X 50 M 10 No
57 Sterigauge Strips 2000 No
58 Steri Paper (100 X 100 CM) 200 No
59 Bouri & Dick Vacuum Test Tubes 02 No
(Pack of 250)
60 Boogie Set (Local) 05 No
61 Power Cable 4 core 50mm with 02 Coils
copper wiring (90 metre/coil)
Brand: Fast/GM/Pakistan Cable or
equivalent
C) MANDATORY CLAUSES FOR EVALUATION :
S.No NAME OF DOCUMENT YES/NO PAGE #
1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
7 NTN Certificate (Filer)
8 GST Certificate (Active)
9 Literature /Brochure of product
(If branded item).Brand must be clearly
mentioned on both technical bid as well as
financial bid.

Note: Samples of all items (un branded items) will be submitted after financial bid opening
from 1st three lowest bidders against each item and sample evaluation will be conducted
before award of contract.
Package 4: (BEDDING & CLOTHING ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 2,500,000/- (PKR) (Twenty Five lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Bed sheet with pillow (Size 66 X 108) 2000 No
,set of three colors (Beige, white, Sky
blue) (with stitched monogram of
health department) as per sample
provided and standard specifications
of department.
3 Towel (Medium size) white with blue 200 No
border, weight 350 gram
(Best quality)
4 Draw sheet 36 X 60 (Green/Blue 1000 No
Colour)
(Best Quality)
5 Duster 30 X 30 1000 No
(Best quality)
6 Surgical gown Medium size 200 No
(Green/Blue)
7 Surgical kit Medium size 120 No
(Green/Blue)
8 Surgical kit Large size (Green/Blue) 50 No
9 Macintosh (Rexine) Best quality (Per 1000 Meter
meter)
11 Draw Hole sheet 30 x 60 (Green 1000 No
/Blue Colour)
12 Draw Hole eye sheet 30 X 60 (Green 500 No
/Blue Colour)

13 Doctor’s Coat (White Colour) (Small, 200 No


medium and large)
14 Red cap 100 No
(Best quality)
15 Belt 100 No
(Best quality)
16 Cloth for Uniform (Per metre) 700 metre
Fine quality

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 NTN Certificate (Filer)
7 GST Certificate (Active)

Note: Samples of all items will be submitted after financial bid opening from 1st three lowest
bidders against each item for sample evaluation.
Package 5: (PRINTING ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 5,000,000/- (PKR) (Fifty lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM SPECIFICATIONS ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Patient Files-Medical No of pages per 12000 No
file:14, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
2(a) Patient Files-Surgery No of pages per 6000 No
Bed Head Ticket file:18, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
2(b) Patient Files- Day Case No of pages per 3000 No
Surgery file:10, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
3(a) Patient Files- Peads No of pages per 10,000 No
Medicine BHT file:14, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
3(b) Patient Files-Paeds No of pages per 3500 No
Surgery BHT file:18, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
3(c) Patient Files-Paeds No of pages per 3500 No
Day Case Surgery BHT file:10, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
4(a) Patient Files- Gynae – No of pages per 10,000 No
Labor Bedhead Ticket file:14, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
4(b) Patient Files- Gynae – No of pages per file:8, 10,000 No
C-Section Bedhead 80 gram paper, size:
Ticket 8.5 X 11.7 inch, black
and white printing.
(As per sample
provided)
4(c) Patient Files- Gynae – No of pages per 6000 No
Elective Surgery file:18, 80 gram paper,
Bedhead Ticket size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
5 Patient Files - Dialysis No of pages per file:3, 10,000 No
80 gram paper, size:
8.5 X 11.7 inch, black
and white printing.
(As per sample
provided)
6 Patient Files - ICU No of pages per 500 No
file:32, 80 gram paper,
size: 8.5 X 11.7 inch,
black and white
printing.
(As per sample
provided)
7 Pad (various formats) 100 pages 2000 No
(As per sample A4 size
provided) 70 gram paper
One side printing
Black and white
8 Pad (various formats) 100 pages 500 No
(As per sample A4 size
provided) 70 gram paper
Both sides printing
Black and white
9 Pad (various formats) 200 pages 300 No
(As per sample A4 size
provided) 70 gram paper
One side printing
Black and white
10 OPD Pads 200 Pages Carbon less 2000 No
paper with
numbering, normal
binding and punching.
A4 Size
Four color printing

11 Register (various 100 pages 400 No


formats) 70 gram paper
(As per sample Printing on both sides
provided) Black n white printing
Legal page size
Hard binding on one
side
12 Register (various 200 pages 200
formats) 70 gram paper
(As per sample Printing on both sides
provided) Black n white printing
Legal page size
Hard binding on one
side
13 Register (various 300 pages 200
formats) 70 gram paper
(As per sample Printing on both sides
provided) Black n white printing
Legal page size
Hard binding on one
side
14 OPD REGISTER 11.5 X 18 100 No
(As per sample A4 PAGE SIZE
provided) 400 PAGES PER
REGISTER
DOUBLE SIDE PRINTING
HARD BINDING
15 Referral form 70 gram legal paper 500 No
(As per sample Black n white print on
provided) one side only
Pad of 100 pages
16 Antenatal card 280 gram art paper 3000 No
(As per sample cream color
provided) LEGAL size
Black n white , print
on one side
17 Dental cards 4 pages art card 300 5000 No
& Emergency Cards gram, colored with
perforation
18 Bin cards Art paper 280 gram 500 No
White color
12 '' length x 4 inch
width
Printing on 01 side only
Black n white
19 Fire extinguisher card Art paper 280 gram 200 No
White color
12 '' length x 4 inch
width
Printing on 01 side only
Black n white
With hole on top with
steel ring
20 Insulin cards Art paper 280 gram 1000 No
White color
12 '' length x 4 inch
width
Printing on 01 side only
Black n white
21 Staff ID card PVC 100 No
Both side printing
CNIC size
Color printing
With holder and neck
blue/green ribbon
22 High risk stickers 3 cm x 1 cm , with one 200 No
side printing in red
Attachable one side
23 LASA stickers 3 cm x 1 cm , with one 500 No
side printing in yellow
Attachable one side
24 Calibration stickers 4 cm x 2 cm , with one 200 No
side printing in green
Attachable one side
25 Stickers for acrylic 51 cm x 37 cm 100 No
board One side
04 colored 200 gram
paper
As per sample given
26 Stickers for waste 51 cm x 37 cm 100 No
management One side
04 colored 200 gram
(Set of 3)
paper
As per sample given
With sticking on back
side
White
Red
Yellow
27 Toner refill Standard toner of 100 No
printer HP laser jet or
equivalent
Good quality pure black
toner
28 Push Stamps Standard Design 50 No
29 Panaflex (Best quality) 500 Sq feet
without frame Per Square feet
30 Office file 04 pages art card 300 1000 No
gram
Legal size
Cream color
Printing single color
Green on front page
Hole with steel ring
31 Tags Thread tag with steel 1000 No
stopper at both end
Bundle of 100
Good quality

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Minimum one year relevant experience in
printing supplies to Government
institutions.
7 Authorization letter from manufacturer i.e
Printing Press with information about
manufacturer.
8 NTN Certificate (Filer)
9 GST Certificate (Active)
Package 6: (X RAY FILMS & FIXERS/DEVELOPERS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 6,000,000/- (PKR) (Sixty Lacs Only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 X-Ray Films 8 X 10 (Pack of 100) 10 No
(Fuji, Konica, Agfa)
2 X-Ray Films 10 X 12 (Pack of 100) 10 No
(Fuji, Konica, Agfa)
3 X-Ray Films 12 X 15 (Pack of 100) 10 No
(Fuji, Konica, Agfa)
4 X-Ray Films 14 X 17 (Pack of 100) 10 No
(Fuji, Konica, Agfa)
5 CR Dry Laser films (Fuji, Konica, Agfa) 100 No
8 X 10 (150 films/Pack)
6 CR Dry Laser films (Fuji, Konica, Agfa) 150 No
10 X 12 (150 films/Pack)
7 CR Dry Laser films (Fuji, Konica, Agfa) 200 No
11 X 14 (150 films/Pack)
8 Fixers 20 No
(Fuji, Konica, Agfa)
9 Developers 20 No
(Fuji, Konica, Agfa)
10 Ultrasound Rolls 400 No
11 Ultrasound Pads 400 No
12 Envelopes for X Ray Films 10,000 No
(8X10, 10X12, 12X15, 11X14, 14X17) (2000 each)

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be clearly mentioned on both
technical bid as well as financial bid.
7 NTN Certificate (Filer)
8 GST Certificate (Active)
Package 7: (DIALYSIS ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 15,000,000/- (PKR) (One crore & fifty lacs only)
2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Dialyzer (F4, F6, FX8) 9000 N0
2 BT Lining 9000 No
3 Bicarbonate Solution for 13,000 No
Heamodialysis
4 AV Fistula Needles 19,000 No
(16G/17G)
5 Citrosteril solution for Dialysis 50 No
Machines (5 litre packing)
6 Tip Filter (Part A & B) for Fresenius 50 No
Dialysis Machines
7 Diasafe Filter for Fresenius Dialysis 50 No
Machines
8 Bicarb Pump Spring Set for Dialysis
Machines
9 Polyglycolic Acid Surgical Suture 1 No 6000 No
10 Polypropylene Suture 2/0 Curve 2000 No
Cutting
11 Polypropylene Suture 1 (1/2 circle 2000 No
40mm curve cuttingS)
12 Chromic Catgat 2 (40mm ½ circle 10,000 No
round body)
13 Crystal salt for RO Back Wash 100 Kg

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Valid drug sale license (Pharmacy Form:09
or Distribution: Form 11)
7 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
8 NTN Certificate (Filer)
9 GST Certificate (Active)

Note: Samples of unbranded items will be submitted after financial bid opening from 1st three
lowest bidders against each item before award of contract.
Package 8: (LAB CHEMICALS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 4,000,000/- (PKR) (Fourty Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Grouping Set A,B & D (S.Bio, CTM, 20 Set
Diagas, Lorna)
2 EDTA Solution 500 ml (Diachem, 12 Bottles
Medilines)
3 ESR Solution 500 ml(Diachem, 15 Bottles
Medilines)
4 Field Stain A + B Set (Diachem, 15 Set
Medilines)
5 Yellow Tips (1000 packing ) 50 Packets
(Imported)
6 MP Device (Murex, S.D, Easy Check, 12000 No
Abon)
7 Blood Sugar Kit (1000 ml) (Roch, 30 kits
Randox, Diasys, Innoline)
8 Blood Urea Kit (UV 500 ml) 25 kits
(Labway,Biomeaurix, Diasys,
Innoline)
9 Widal Test (TO, TH, BO, BH, AO, AH 100 each
& controls) rate per vial 5ml (CTM,
Omega, Randox,QCA)
10 Serum Creatinine 500ml (Innoline, 25 kits
Roch, Randox, Diasys, Biomeaurix)
11 Serum Cholestrol 500ml (Innoline, 15 kits
Roch, Randox, Diasys, Biomeaurix)

12 Serum Uric Acid Kit 500ml (Innoline, 10 kits


Roch, Randox, Diasys, Biomeaurix)
13 ASO T kit 5 ml (QCA, Omega, Randox, 05 kits
CTM)
14 Serum Billirubin Kit 500ml (Innoline, 20 kits
Roch, Randox, Diasys, Biomeaurix)
15 Serum ALT Kit 500ml (Innoline, Roch, 20 kits
Randox, Diasys, Biomeaurix)
16 Serum AST Kit 500ml (Innoline, Roch, 20 kits
Randox, Diasys, Biomeaurix)
17 Disposable Gloves No 7 ½ ,8, 8 ½ , 100 Packets
Non sterile (100 /Packet)
18 HBs Ag Device (S.D, Easy check, 20,000 No
Murix, Abon)
20 Anti HCV Devices (S.D, Easy check, 20,000 No
Murix, Abon)
21 Combi 10pm, urine strips (100 strip 100 Bottles
bottle) (Roch, CTM,QCA,Omega )

22 Pregnancy Test Devices (Abon, Easy 10,000 No


Check, S.D, Murix)
23 Glass Slides Cover Slip Packet 100 Packets
(100/Packet) (Imported)
24 N/10 HCL Solution 500 ml (Diachem, 15 bottles
Medilines)
25 Urine Container 100ml (Local) 20,000 No
26 ESR Tubes (Local) 100 No
28 Sysmex Reagent (Lyser + Diluent) Set 50 No
Hematology Analyzer
29 Medonic Reagent (Lyser + Diluent) 50 No
Set Hematology Analyzer
30 D/Water 5 Litres Bottle (Local) 30 No
31 TLC Solution 500 ml bottle (Diachem, 15 No
Medilines)
32 RA Factor Kit 5 ml (Omega, Randox, 08 Kits
CTM, QCA)
33 VDRL Devices (Easy check,Abon, 5000 No
Murix, S.D)
34 Slide Cover Strips (Counting 100 No
Chamber)
35 Lamp/Bulb for Metro Lab Chemistry 10 No
Analyzer
36 Semen Analyst Reagent 500 ml 05 Bottles
(Diachem, Medilines)
37 Lamp/Bulb for Micro Lab 300 10 No
Chemistry Analyzer
38 Dengue NS1 Devices (S.D, Abon, Easy 2000 No
check, Murix)
39 Dengue Igm, IgG (S.D, Abon, Easy 5000 No
check, Murix)
40 Neubaur Counting Chamber 10 No
(Germany)
41 Glass Slide 72/Pkt (Imported) 200 Packets
42 EDTA Powder 1 KG Pack (BDH, 01 kg
Merck)
43 Ferritin Kit (Innoline, Roch, Randox, 02 No
Diasys)
44 Xylene 500 ml Bottle (Merck, Roch) 02 Bottles
45 Cedor Wood Oil (Immersion Oil) 500 02 Bottles
ml (Mediline, Roch, Diachem)
46 HB Kit ( Diasys, Innoline, Roch, 05 No
Randox, Biomeaurix)
47 Blue Tips (500 packing ) (Imported) 10 Packets
48 Glass Tubes 5-10 ml (Local) 10,000 No
49 EDTA Tubes (Vaculab, BD, Grenier) 50,000 No
50 Gel Tubes (Vaculab, BD, Grenier) 50,000 No
51 Clot Activator Tubes/Plain Tubes 50,000 No
(Vaculab, BD, Grenier)
Sodium Flouride tubes (Vaculab, BD, 20,000 No
Grenier)
52 Sample Capsul (Torpedo) RNA, DNA 5000 No
Free (Imported)
53 Toxoplasmosis (Omega, Randox, 02 Kits
QCA, CTM)
54 CPK 125 ml (Diasys,Innoline, Randex, 10 Kits
Roch)
55 LDH 125 ml(Diasys,Innoline, Randex, 10 Kits
Roch)
56 5cc Syringe Stopper Disposable 5000 No
57 HIV Strips (Easy check, SD, Murix, 10,000 No
Abon)
58 Alcohol Swab (For 500 No
Disinfection)(100/Packet)

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
7 NTN Certificate (Filer)
8 GST certificate (Active)
Package 9: (BLOOD BANK ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 2,000,000/- (PKR) (Twenty Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Blood Bags JMS -500 ml (with 12000 No
complete set)
2 Blood Bags JMS -250 ml (with 3000 No
complete set)
3 ABO Blood grouping sera (Diagas, 300 No
S.Bio, CTM, Lorna)
4 A1/A2 Blood grouping sera(Diagas, 10 No
S.Bio, CTM, Lorna)
5 Anti Human gloubulin (Diagas, S.Bio, 200 No
CTM, Lorna)
6 Bovine Albumin(Diagas, S.Bio, CTM, 200 No
Lorna)
6 EDTA Tubes (Vaculab, BD, Grenier) 36,000 No
7 Gel Tubes (Vaculab, BD, Grenier) 36,000 No
8 Glass Slides (72/Packet)(For Blood 500 Packetss
grouping/cross match) (Imported)
9 Vacutainer 10 No
10 Vacutainer Needle 1000 No
11 Tooth Picks /wooden sticks (For 1000 Packets
blood grouping) (150 /Packet)

12 Droppers Large (For blood 20,000 No


grouping/cross match and TTI
Screening)
13 Normal Saline (1000ml) 100 No
14 Alcohol Swab (For 500 No
Disinfection)(100/Packet)

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
7 NTN Certificate (Filer).
8 GST Certificate (Active)
Package 10: (BIOMEDICAL & NON BIOMEDICAL
ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 7,000,000/- (PKR) (Seventy Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER


QUANTITY UNIT
(PKR)
1 PERIPHERAL NERVE STIMULATOR WITH TOF 01 No
MONITORING FUNCTION:

Twitch: 1 Hz or 2Hz
Tetanus: 50Hz: 50 pulses/second, 100Hz: 100
pulses/second
Train-of-Four: Repetitive 2 Hz train of four
pulses with 10 second intervals or similar
Double Burst
Instantaneous Constant Current Output Control
LCD Display
Audible Response
Pole mounting bracket

Country of Manufacturer: USA/EU/Japan


Quality Certificate: FDA510K/CE MDD/ Jp
MHLW
Mode: DDP
Warranty: Comprehensive 01 Year.

2 LEAD APRONS WITH GLOVES AND SPINE 03 No


BOARD:

Lead Apron, easily slips on and off Comfortable


to wear for long durations Anti-skid shoulder
pads.
Uniform front protection Light Weight Lead
Alloy type
0.50 mm Pb eq. Lead apron with hanger (single
apron).

Country of Manufacturer: USA/EU/Japan


Quality Certificate: FDA510K/CE MDD/ Jp
MHLW
Mode: DDP
Warranty: Comprehensive 01 Year

3 ABG Machine: 02 No
Method: Micro biosensor/ Micro Processor
Throughput: < 2min/test , less than 1 min after
sampling
Measured parameters: PH,PCO2,PO2,
Na+,K+,Ca++,Cl-,Hct,Glu,Lac
Calculated parameters:
cH+, HCO3-act, HCO3-std, BE(ecf), BE(B), BB(B),
ctCO2, sO2(est),
Ca++(7.4), AnGap, tHb(est), pO2(A-a), pO2(a/A),
RI, pO2/FIO2, cH+(T),
pH(T), pCO2(T), pO2(T), pO2(A-a)(T),
pO2(a/A)(T), RI(T), pO2(T)/FIO2 ,
mOsm
Sample Volume: 140ul
Sampling method: Auto Sampling
Media tutorials: Build-in multimedia tutorials
Display: 7-inch color LCD display,800*480
Interface: 4*USB 2.0 host,1*RS232,WLAN
Data Storage: 10,000 patients data storage
Networking: build-in wireless
Input device: Touch screen and barcode
scanner
Power Supply: 100~240VAC,50/60 Hz
Battery: 5000mAh rechargeable lithium-ion
battery, 50 samples continous testing
Dimensions (W*H*D) 238*153*315mm or
better
Weight: 3.65 KG
Operating Environment: 10-31噛C;
Humidity:25-80%;700-1066 KPa
Variety of cartridge: BG-3, BG-4, BG-8, BG-9,
BG-10, BC-4
Cartridge: Disposable single-use cartridge with
multi tests
Calibrator: independent pack
Calibration: auto calibration
Expendable ability: Test menu can be
expended in the future at the same platform
Safety and environment: Waste reservoir
Storage condition: Room temperature
refrigerator
Shelf-life: 1 year
Standby: 24 standby without consumption
Maintenance: Zero maintenance
WARRANTY: 02 years comprehensive and ready
stock
Quality Certificate: CE/FDA/JPMHLW
Minimum 50 Test Supplies/ Consumables for
initial run

4 AVR For X-Ray Plant 500 MA: 01 No


Min 80KVA or more
Input Voltage: IP21 380V- 25% + 15%
Input Range: +- 20%
Input Frequency: 50 Hz
Output Voltage: 380V
Wave Distortion: Nil
Power Factor: 0.8-1
Efficiency: 98% (full load)
Method of Voltage Regulations: Three phase
independent regulations
Indicators: Voltage, Current, Power, Parameters
setting, Failure information
Cooling: Natural/ forced air
Protection level: IP21(Indoor)
Electrical Safety: CE equivalent
Working Temperature: -20Co- +50 Co
Relative Humidity: less than 90%
Noise: Less than 55dB
Dimensions (WxDxH): 280x700x1270 approx
Core Features: Malfunctioning Protection,
Short circuit protection, Lack of Phase
Protection, wrong sequence protection,
Over voltage/ Under Voltage protection,
over load protection, safe start, manual
bypass, indicating alarms, Security
password, RS232 interface.
Local/Imported
Warranty: 01 year standard warranty with parts

5 RO Plant for Steam Sterilizer: 01 No


Complete System with pre&amp, post filtration
Feed motor, sand filter, carbon Filter, softener
filter
Low pressure polyamide Membrane: 4”x40”
Spiral wound Configuration
Salt rejection: 94% - 98%
Bacteria Rejection: 99%
Permeate Flow Rate: 08-10 liter/min
Conductivity meter, TDS
Permeat &amp, concentrate flow meters
Permeat storage tank
Medical/ Food Grade (Local)
Size: 200 G
Booster pump dual system
Warranty: 02 years with RO parts and
disposable parts

6 HME + HMEF Filters For Ventilators 100 No


7 Video Laryngoscope: 02 No
Display: min 3.5” or better Full view
Aspect ratio: 4:3
Illumination: LED
Laryngoscope blade Camera includes:
Resolution Ratio: 2 M pixels or better
Field Angle: 66o
Illumination greater than or equal to: 800 LUX
Battery: Rechargeable lithium battery
Long working time: greater than or equal to
300 minutes
Capacity: 3200mAh or batter
Warranty: 01 year standard warranty
8 Flexible Bronchoscope (Imported) 01 No
9 Oxygen Cylinders 240 CFT 25 No
(Imported, Duly tested having valid
certificate)
10 Oxygen Cylinders 240 CFT 25 No
(Imported, Duly tested having valid
certificate)
11 OXYGEN CYLINDER STAND SET FOR 240 CFT 05 No
CYLINDER

12 OXYGEN CYLINDER STAND SET FOR 48 CFT 05 No


CYLINDER

13 Oxygen Flow Meters 150 No


Type: DIN Standard
Branded
Origin: USA/Europe/Japan
14 Nebulizers 20 No
Piston Compressor based best quality (Local)

15 ECG Batteries (Fukuda Denshi) 20 No


16 Water Bath 01 No
17 Agglutination Viewer 02 No
18 Blood Bag Mixer (For Blood bags weight and 04 No
mixing during blood donation)
19 HB Meter 02 No
20 Tube Sealer 01 No
21 Tube Stripper 01 No
22 General set for Orthopedic Surgery 02 No
23 Basic Instruments Set (Large Fragment) 02 No
24 Orthopedic Small fragment Set 02 No
25 Austin Moore Hip Prosthesis Instrument Set 01 No
26 Wire Instrument Set 01 No
27 Pelvic Basic Surgery Set 01 No
28 Large Fragment Set 01 No
29 Tension Band Wire Instruments Set 01 No
30 Small Fragment Set 01 No
31 Ceiling Fan 10 No
32 Bracket Fan 10 No
33 Water Dispenser with built in fridge 05 No
34 Printers 03 No
35 Scanner 03 No
36 Almirah (standard quality for use in offices) 10 No

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost of
quoted items) in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 NTN Certificate (Filer).
7 GST Certificate (Active)
8 Authorization letter from manufacturer (In
case of imported biomedical equipment)
9 Literature/brochure of product. Brand
must be clearly mentioned on both
technical bid as well as financial bid.
Package 11: (STATIONARY ITEMS)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 1,800,000/- (PKR) (Eighteen Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali
B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 Paper A4 1000 Rims
70 gram, Rim of 500 sheets
(AA, PP Lite or Equivalent)
2 Paper Legal 100 Rims
70 gram, Rim of 500 sheets
(AA, PP Lite or Equivalent)
3 Ball Point Blue (Pack of 10) 500 No
(Dollar, Pelikan, Fuji or equivalent)
4 Ball Point Black (Pack of 10) 50 No
(Dollar, Pelikan, Fuji or equivalent)
5 Ball Point Red (Pack of 10) 50 No
(Dollar, Pelikan, Fuji or equivalent)
6 Pointer Blue (Pack of 10) 50 No
(Dollar, Pelikan, Fuji or equivalent)
7 Pointer Black (Pack of 10) 50 No
(Dollar, Pelikan, Fuji or equivalent)
8 Permanent Marker Black Refilable 50 No
(Pack of 10)
(Dollar, Piano or equivalent)
9 Lead Pencils (Pack of 12) 50 No
(Goldfish, ORO or equivalent)
10 Sharpener 50 No
(Dux, Maped or Equivalent)
11 Rubber/Eraser (Pack of 40 pieces) 50 No
(Dux, Oro, Pelikan or Equivalent)

12 Stapler Pins remover 50 No


13 Brown Envelope (Pack of 50) 100 No
Size: 11 X 5
14 Brown Envelope (Pack of 50) 100 No
Size: A4
15 Brown Envelope (Pack of 50) 100 No
Size: Legal
16 Box Files 100 No
(Shakir, Comet, Fast or equivalent)
17 Binding Tape Small (1 inch) 15 No
(Sign, Quality, Sensa, Deer or
Equivalent)
18 Binding Tape Wide (2 inch) 15 No
(Sign, Quality, Sensa, Deer or
Equivalent)
19 Scotch Tape Wide (2 inch) 500 No
(Rider brand or Equivalent)
20 Common Pins 100 No
(Best quality)
21 Writing Pad (Pad of 42 sheets) 24 No
(Customized)
22 Writing Pad Cover (Pad of 42 sheets) 24 No
(Customized)
23 Stapler Machine Heavy Duty 12 No
(Kangaro or equivalent)
24 Stapler standard size 240 No
(Dux, Maped, Opal or equivalent)
25 Sticky notes (3 X 3inches) 100 No
26 Highlighter (Pack of 10) 100 No
(Dollar, Pelikan, Fuji or equivalent)
27 Punch Machine Double (80 mm 50 No
distance)
28 Paper clip (Pack of 10) 10 No
29 Gum stick (21 gm) 100 No
(UHU, Dollar, 3M or equivalent)
30 Stapler Pins Heavy Duty (Box of 10 12 No
unit packs)
31 Stapler Pins standard size (Box of 20 500 No
unit packs)
(Dux, Maped, Opal or equivalent)
32 White board marker Black color 240 No
(Dollar or equivalent)
33 Thermal Paper Roll 100 No
34 Carbon Paper (100 sheets/Pack) 50 No

C) MANDATORY CLAUSES FOR EVALUATION :

S. No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
7 NTN Certificate (Filer)
8 GST Certificate (Active)
Package 12: (HERBAL MEDICINES)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 300,000/- (PKR) (Three Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM PACKING ESTIMATED RATE PER


QUANTITY UNIT (PKR)
1 Dimaghi 100 gram 300 Dabbi
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
2 Sharbat e Akseer 120 ml 200 Bottles
Jigar
(Qarshi, Ajmal,
Aftab Qarshi,
Hamdard or
equivalent)
3 Sharbat e Surfikol 60 ml 600 Bottles
(Qarshi, Ajmal,
Aftab Qarshi,
Hamdard or
equivalent)
4 Sharbat e Toot Siah 60 ml 300 Bottles
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
5 Sharbat e Folad 60 ml 300 Bottles
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
6 Sharbat e Akseer 60 ml 300 Bottles
Peechas
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
7 Laboob e Kabeer 100 gram 200 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
8 Majoon Filasfa 100 gram 300 Dabbi
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
9 Majoon Raig Mahi 100 gram 400 Dabbi
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
10 Hube Gurda 500 goli 5 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
11 Hube Rahat 500 goli 5 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
12 Hube Darya Neem 500 goli 5 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
13 Hube Paileen 500 goli 5 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)
14 Hube Tankar 500 goli 2 Jar
(Qarshi,
Ajmal,Aftab Qarshi,
Hamdard or
equivalent)

C) MANDATORY CLAUSES FOR EVALUATION :

S.No NAME OF DOCUMENT YES/NO PAGE #


1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
7 NTN Certificate (Filer)
8 GST Certificate (Active)
Package 13: (HOMEO MEDICINES)

A) SCHEDULE OF INVITATION OF TENDER:

1) Estimated cost of tender: 1,200,000/- (PKR) (Twelve Lacs only)


2) Closing date upto: 20.07.2020 11:30 AM (Noon)
3) Opening date upto: 20.07.2020 12:30 PM (Noon)
4) Venue: Conference Hall, DHQ Hospital , Mianwali

B) LIST OF ITEMS FOR TENDER ENQUIERY:

S.NO NAME OF ITEM ESTIMATED RATE PER UNIT


QUANTITY (PKR)
1 30 Potency (10 ml) 2330 No
(Dr. Wilmer Scoabe Germany or
equivalent)
2 200 Potency (10 ml) 1960 No
( Dr.Wilmer Scoabe Germany or
equivalent)
3 Q (Mother tincture 20 ml) 800 No
(Dr.Wilmer Scoabe Germany or
equivalent)
4 Bio Chemic 6 x 20 GM 900 No
(Dr. Wilmer Scoabe Germany or
equivalent)
5 Disckets (450 mg) 350 No
(Local)
6 1 M Potency (10 ml) 100 No
(Dr. Wilmer Scoabe Germany or
equivalent)
7 Milk of Sugar (40 Kg) 1 No
(Holland)
C) MANDATORY CLAUSES FOR EVALUATION :
S.No NAME OF DOCUMENT YES/NO PAGE #
1 Original receipt for purchase of tender
2 Bid security (2 percent of Estimated cost)
in shape of CDR
(Photocopy of CDR with technical proposal
and original with Financial proposal)
3 Copy of CNIC (National ID card)
4 Acceptance of terms and
conditions/bidding documents duly signed
and stamped by the firm
5 Affidavit of Rs 100/- duly attested stating
that firm is not black listed as per tender
enquiry and firm will be responsible for
replacement of store if found sub standard
or at variation from approved
specifications/sample.
6 Literature/ Brochure of product. Brand
must be mentioned on both technical bid
as well as financial bid.
7 NTN Certificate (Filer)
8 GST Certificate (Active)

Potrebbero piacerti anche