Post on 25-Jul-2020
1
B I D D I N G D O C U M E N T
Purchase of ABG MACHINE & AIR COMPRESSOR
for the year 2018-19 for
DHQ MANDI BAHAUDDI
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender 2 Bid security in shape of CDR (Original with Financial
proposal
and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card) 4 Technical proposal/ specifications/ annexure filled as
provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent
/distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates
& return.
7 Last three years Sale Tax/ Income Tax paid certificate.
8 Bank statement of the firm for last three years duly attested from Bank.
9 An affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching
Hospitals.
12 Any other document in favor of bid. 13 Price Reasonability Certificate (That the prices
offered to DHQ Hospital Mandi Bahauddin are not more than prices offered to any other Public/Private
Institute during current Financial Year).
BIDDING DOCUMENTS FOR THE ABG MACHINE & AIR COMPRESSOR FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin
LIST OF ITEMS FOR TENDER ENQUIERY:
S.NO NAME OF ITEM RATE PER UNIT INCLUDING ALL TAXES ( PKR)
1 ABG MACHINE Technical Specifications: Based on Fluorescence Technology Fully automatic, upgradable, fast Blood Gas Analyzer.
Essential measured parameters; PH, Pco2, PO2, Hematocrit Lactate,
glucose, Na+, K+, C++.
Calculated parameters should include HB, cHgb, Actual HCO3, cHCO2,
tCO2, cTco3,-BE(ect), --BE(b), 02 saturation and cSO2
Sample volume <100ul to 150ul
Fast analysis time <90s
Data display: colour, touch, LED and good illumination
Power supply with rechargeable battery with backup up to 3 hours
Auto calibration
Working temp 15-40˚C
Service factuality within 12hr
Warranty : 01 yr with parts 3 yr service warranty
FDA approved/CE marked
Training of Hospital Engineer and staff
Make: USA, EUROPE JAPAN.
2 AIR COMPRESSOR Technical Specifications: Duplex Compressor unit.
Reciprocating/ Screw/ Scroll type. (IO to specify)
Capacity of air producing approximately minimum of each compressor:-
2500 liters/min/FAD at 13 bar The procuring agency may define the
Capacity as per its actual requirement.
Mounted on anti-vibration base.
Reservoir (Qty 2 No.)
Compatible medical grade.
Air receiving tank 1,000 L. or As per actual requirement.
Vertical type.
Galvanized internally with auto drain.
Minimum 13 bars out put pressure of tank.
AIR Dryer
Desiccant type, Duplex.
Dew Point range between -40 to -80oC
Dew point monitoring on LCD Panel
Capacity suitable according to the compressor output.
Including oil water separator.
Filtration System Clean Medical Grade Air supply in accordance with the requirements of
HTM/ISO standards.
Consisting of Pre-filter / humidity, Oil free and sterile/bacteria filter.
Mounted with shut-off valves on an assembly panel.
Parallel Connections of the filters. This will make it possible to exchange
filter without interrupting the air supply.
Flow / filtering rate according to the compressed air output.
Reducer Panel Compressed Air Parallel switched reducer with gauge, safety valve, pressure switch for
high and low Pressure and shut off valve with assembly panel size 4+ 7
bar.
Complete with distribution block according to requirement, Incl. Shut off
valve and pressure gauge for every distribution block, complete assemble
panel with incoming and outgoing copper pipe for complete system.
Control Complete with 1x main warning system for compressed air for visual and
acoustic monitoring of alarms conditions for the compressor room.
Test point in the system for air quality.
1x switch cabinet for automatic Unit incl. All necessary fitting and
installation material for smooth running of the system without any
interruption.
TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications.
3. Bid Security of Rs. 50,000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder. 4. The bid evaluation criteria Pro forma is annexed. All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of
award. 7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital
MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer. 16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures. 18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin 25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. Warranty The supplier/manufacturer will supply appropriate material and
workmanship of the machine/equipment for satisfactory operation for a period of
two years (one year with parts and one year free service) from the date of
installation at consignee’s end. The supplier/manufacturer will repair/replace such
faulty materials free of charge.
29. Manufacturer/Supplier Guarantee Certificate
The Manufacturer/supplier will provide guarantee certificate at the time of delivery
clearly stating that the stores being supplied by them are brand new, latest model
absolutely free from materials and manufacturing defects and are in accordance
with the specifications stipulated in the Bidding Document. The firm will also
provide one copy of Service & Operational manual along with necessary trainings
to end user at the time of delivery/installation
30. Manufacturer/Supplier shall guarantee availability of spare parts for period of at
least five years (after warranty period) and supply of spare parts at reasonable
rates.
31. Supplier shall provide necessary accessories at the time of installation free of
cost.
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF ABG MACHINE & AIR COMPRESSOR IN DISTRICT HEADQUARTER HOSPITAL MANDI BAHAUDDIN
FOR FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16
Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS: i Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend.
ii Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
iii Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a
partial amount and the total amount or between the words and figures, the
formers will prevail.
PERFORMANCE GUARANTEE On the date of signing of the Contract, the successful Bidder shall furnish the
Performance Guarantee/Security. The Performance Guarantee will be 5% of the
contract amount.
Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of the ABG MACHINE & AIR COMPRESSOR and all the terms & conditions of your tender. Further
through signing this tender, we accept all the above-mentioned terms and
conditions unconditionally. We also hereby categorically confirm that the ABG MACHINE & AIR COMPRESSOR offered by us are exactly to the same particulars and
specifications as per laid down in the list if items in tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is
found lacking in any of the requirement of Tender enquiry, it shall be ignored &
our tender shall stand cancelled.
NAME _____________________________________________ SIGNATURE ________________________________________
DESIGNATION ______________________________________
FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the ABG MACHINE & AIR COMPRESSOR
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the ABG MACHINE & AIR COMPRESSOR
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
2
B I D D I N G D O C U M E N T
Purchase of INFECTION CONTROL AND GENERAL
STORE ITEMS for the year 2018-19 for
DHQ MANDI BAHAUDDIN
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender
2 Bid security in shape of CDR (Original with Financial proposal and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card)
4 Technical proposal/ specifications/ annexure filled as provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent /distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates
& return.
7 Last three years Sale Tax/ Income Tax paid certificate.
8 Bank statement of the firm for last three years duly attested from Bank.
9 An affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching
Hospitals.
12 Price Reasonability Certificate (That the prices offered to DHQ Hospital Mandi Bahauddin are not
more than prices offered to any other Public/Private Institute during current Financial Year).
13 Any other document in favor of bid.
BIDDING DOCUMENTS FOR THE INFECTION CONTROL AND
GENERAL STORE ITEMS FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin
LIST OF ITEMS FOR TENDER ENQUIERY: S.NO NAME OF ITEM Item Specifications ESTIMATED
QUANTITY RATE PER UNIT INCLUDING ALL TAXES ( PKR)
1 BP apparatus
(Mercury
Type )
Should be Portable mercurial type. Should have ISI mark. Should have ON and OFF provision for mercury reservoir. Should have a measuring range from 0 to 300 mmHg. Should be provided with adult arm cuffs of size medium & large and pediatric Cuff. The control valve should have a knurled thumb control device. The leak rate Should not exceed 10 mm of mercury per minute. The manometer scale markings and graduations should be permanent and Clearly visible and filled with pigments. The internal diameter of the manometer glass tube should be 4.1 ± 0.1 mm and The thickness not less than 2 mm. All plastic parts, if any used should not crack, flake, peel or disintegrate in Normal use. The inflating rubber bag should be capable of withstanding an internal pressure Of 450 mmHg without leaking. The inflating bulb should be soft and should not have any joints or ridges. The mercury used should be clean, double distilled and of 99.9% purity. The fastening arrangements of the cuff should be of hook and loop type (Velcro). The threading and fastening arrangement of the cuff should show no sign of slip Or failure when subjected to the maximum test
40 No
conditions. The rubber tubes used should have an internal diameter of 3 ± 0.5 mm and the External diameter should not be less than 8mm. The tubes should be fitted with male and female leur connectors. The housing case should be of robust design. It should have press to release Lock. It should have metal hinges. The tube should be secured with metal screws And clamps. It should have mechanism to hold the lid in right angles and should Prevent accidental dropping. All parts should be replaceable in case of breakage. A cleaning brush to clean the manometer tube and a set of spare washers may Be provided with each unit.
2 BP apparatus
(Aneroid Type)
Should be aneroid type, Should have ISI mark. Should have a measuring range from 0 to 300 mmHg, Should be provided with adult arm cuffs of size medium & large and pediatric Cuff. The dial mano meter markings and graduations should be permanent and clearly visible and filled with pigments, with diameter of minimum diameter of 160 mm. Body & Bazel – Aluminum die casted (Powder coated), screw type bazel Sensing-corrugated phosphorous bronze twin capsule bellows. Movement mechanism – Brass Connection: brass, nickel plated for 3-4 mm rubber hose. Dial – Aluminum Pointer – White coated, thin & sharp made of phosphorous Bronze Window lenses – Clear plastic. All plastic parts, if any used should not crack, flake, peel or disintegrate in Normal use. The inflating rubber bag should be capable of withstanding an internal pressure Of 450 mmHg without leaking. The inflating bulb should be soft and should not have any joints or ridges. The fastening arrangements of the cuff should be of hook and loop type (Velcro) The threading and fastening arrangement of the cuff should show no sign of slip Or failure when subjected to the maximum test conditions. The rubber tubes used should have an internal diameter of 3 ± 0.5mm and the External diameter should not be less than 8mm. The tubes should be fitted with male and female leur
50 No
connectors. Should provide a carry bag to keep the whole system safe and sound. All parts Should be replaceable in case of breakage.
3 Oxygen Regulator (Imported)
CE marked Bullnose fitting for large cylinder Pin Index Version Available Standard Flow Rate: 40 l/min Maximum Flow Rate: 150 l/min Single Stage Pressure Regulator with Flow meter 0-15 l/per min. Pre-Set Pressure Relief Valve, calibrated at 10 bar Vertical/Horizontal Positioning available
6cm long adaptor between flow meter & regulator Tubing Nipple
10 No
4 Syringe Cutter Full steel body , fine quality, medium size 250 No
5 Sharp container
03 liter size , yellow color , with once use seal 150 No
6 Carbolic Acid 1 liter bottle , fine quality, prolong expiry 40 ltr
7 Tissue Paper Fine Quality , roll 200 No
Nasal Cannula The twin prong / nasal tips to ensure equal volume of oxygen to both the air passages and reduced sound of flowing oxygen. Made from non-toxic, non-irritant medical grade PVC material.
200
Formalin 5 liter bottle , fine quality, prolong expiry 12
10 Shoe Cover Roll
Fine quality, good elastic, green or blue color , 1000 roll per pack, best quality
10
11 Disposable Mask (100 per packet)
Non-Woven, Disposable Surgical Mask with Tie-On, water repellent and breathable, non-toxic, wear-resistant super-fine filter, light and thin Color: white , blue , green, Material: Soft non-woven polypropylene Pack of 50 or less pairs Size: 9*18cm
1000 No
12 Disposable Cap (100 per packet)
Fine quality, good elastic, green or blue color 150 No
13 Ultra Sound Gel
5 liter pack , best quality 80 No
14 ECG Roll 63 mm ECG paper Good quality
1200 No
15 Sugar Strips (50 per packet)
Should be able to use capillary blood samples. Should have a minimum 2 months shelf life after opening the strip vial. All strips should have at least 12months shelf life from the date of supply. Strips should be available in the local market.
900 No
16 Latex examination Gloves
Blue or white color, Sterile, pairs, Pack of 50 or less pairs. Sizes 6.5, 7.0 & 7.5.
2000 No
Distilled Water(5 Ltr)
Good Quality 100 Bottles
Thermometer Mercury type good quality Measure -10 C to 50 C
50
19 OT Shoes Fine Quality 30
Spill Kits (4) Disposable Vinyl Gloves
(1) Face Mask with Eye Shield
(1) Red Biohazard Bag 24” x 24”
(1) Scoop & Scraper
(1) Red Z Pouch 3/4 OZ
(2) Germicidal Wipe
(2) Twist Ties
(1) Impervious Gown
(1) Absorbent Towel
(1) Instruction/Contents Insert
(1) 8” x 10” Poly Bag
(4) Antiseptic Wipe (BZK)
(2) Paws Antimicrobial Towelette
08
22 Auto Clave Steam Indicator Strip
ISO Certified , proper color change 5 Pkt
23 Ultrasound Roll
High Glossy thermal printing rolls 110mm X 18m
100
CTG Roll 151mm*150mm*200sh 200
25 Bleach Concentrated, easily available 500 Ltr
26 BP Cuff, Bulb , Bladder (adult & Peeds)(Complete Set)
Good Quality , Durable 100
27 Nebulizer Kits Disposable Good Quality adult & Peads sizes
400
28 Oxygen Mask with Tubing ( all sizes)
Non sterile Adult & Peads sizes Good quality
300
29 Stethoscope measuring tip: approx. 16.5 cm - earpieces made of soft plastic - total length: approx. 1 m –
10
tight ear clips - ear clips adapted to the human head
30 Patient ID Band(Adult & Paeds)
Writeable front, standard size 2000 each
31 Soap With disinfectant 700
32 Polythene Gloves
Pack of 50 , Durable , good quality 20
33 Heat Reflecting Patch
Non permissible of heat and light 2000
34 Spirit Non allergic non reactant , easily available 500 Ltr
35 Spirit Jar Steel body, with cover medium size 30
36 Bed Side Peddle Basket
Yellow color, peddle basket, fine quality , medium size 150
37 Hand Sanitizer pump and Stand
Fine quality, wall attachable, lockable 50
38 ECG Machine Electrodes
Durable , Leak proof, Good Quality 20 Nos
39
40
41
42
TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny.
The supplier will provide samples of quoted brands/items for evaluation at the
department free of cost. The Technical Evaluation Committee after evaluation of the
Documents will evaluate all the samples and only the items passing the evaluation
shall be considered for financial evaluation.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications. 3. Bid Security of Rs. 100000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder. 4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of award. 7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38 (2) (a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods
will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer. 16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures. 18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin
25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. The Procuring Agency reserves the right at the time of Contract award to increase/decrease
the quantity of goods originally specified in the Schedule of Requirements without any
change in unit price or other terms and conditions.
EVALUATION CRITERIA OF TENDER FOR PURCHASE INFECTION CONTROL AND GENERAL STORE ITEMS IN DISTRICT HEADQUARTER HOSPITAL
MANDI BAHAUDDIN FOR FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16 Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS:
iv Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend
v Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
vi Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a
partial amount and the total amount or between the words and figures, the formers will prevail.
PERFORMANCE GUARANTEE
On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in the Performance Guarantee/Security Form.
The Performance Guarantee will be 5% of the contract amount.
Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of the INFECTION CONTROL AND GENERAL STORE ITEMS and all the terms & conditions of
your tender. Further through signing this tender, we accept all the above-
mentioned terms and conditions unconditionally.
We also hereby categorically confirm that the INFECTION CONTROL AND GENERAL STORE ITEMS offered by us are exactly to the same particulars and
specifications as per laid down in the list if items in tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is
found lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender shall stand cancelled.
NAME _____________________________________________
SIGNATURE ________________________________________
DESIGNATION ______________________________________ FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the INFECTION CONTROL & GENERAL STORE ITEMS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the INFECTION CONTROL & GENERAL STORE ITEMS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
3
B I D D I N G D O C U M E N T
Purchase of LAB CHEMICALS AND CONSUMEABLES
for the year 2018-19 for
DHQ MANDI BAHAUDDI
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender 2 Bid security in shape of CDR (Original with Financial
proposal and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card) 4 Technical proposal/ specifications/ annexure filled as
provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent /distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates & return.
7 Last three years Sale Tax/ Income Tax paid certificate. 8 Bank statement of the firm for last three years duly
attested from Bank. 9 An affidavit on judicial paper worth Rs. 100/- stating
therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching Hospitals.
12 Any other document in favor of bid. 13 Price Reasonability Certificate (That the prices offered to
DHQ Hospital Mandi Bahauddin are not more than prices offered to any other Public/Private Institute during current
Financial Year).
BIDDING DOCUMENTS FOR LAB CHEMICALS AND
CONSUMEABLES FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin
LIST OF ITEMS FOR TENDER ENQUIERY:
S/N
Item Description
Technical Specifications Estimate
d Quantity
RATE PER UNIT
INCLUDING ALL
TAXES (
PKR)
1 Albumin
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
02 Kits
2 ALP
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
02 Kits
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
3 ALT
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
30 Kits
4 ANA Serology
Kit
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
02 Kits
5 Serum
Cup/aliquots
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
1000
APTT Reagent with Calcium
Cloride
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
02 Kits
7 ASO The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001, 05 Kits
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
8 AST
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
06 Kits
9 Bilirubin Total
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
02 Kits
10 Butterfly Needle
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
100 pieces
with proper seal.
The expiry date of the supplied item should not be less than 01 years
11 Cholesterol-
Total
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
05 Kits
12 Gel Vial
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
30000 vial
13 Creatinine
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
30 Kits
14 CRP
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
10 Kits
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
15 Dengue IgG/IgM
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
10 Devices
16 EDTA Vial
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
30000 vial
17 Glass Slide
All supplies (where applicable) will comply with the provision of Drugs Act
1976/DRAP Act 2012 and Punjab Drugs (Amendments) Act 2017 and rules
framed there under.
The expiry date of the supplied item should not be less than 01 years
10 Packets
18 Glass Tube
All supplies (where applicable) will comply with the provision of Drugs Act
1976/DRAP Act 2012 and Punjab Drugs (Amendments) Act 2017 and rules
framed there under.
The expiry date of the supplied item should not be less than 01 years
500 pieces
19 Glucose
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
02 Kits
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
20 Humalyte QC
Sol.
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
1 Bottle
21 Humalyte
Reagent Pack
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
02 Packs
22 PT Reagent
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
04 Kits
23 RA Factor
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
06 Kit
24 Sodium Citrate
Vial
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
1000 Vial
date of the supplied item should not be less than 01 years
25 CK-MB
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of vials / components in the kit should not be more than 25 ml
other than mono reagent kits and pack size of single reagent kit should not be
more than 100 ml to ensure stability and prevent contamination
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
2
26 Total Protein
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
01 Kits
27 Triglyceride
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
03 Kits
28 Urea End Point
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
10 Kits
29 Uric Acid
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The pack size of kits should not be more than 600 ml and for mono reagent
not more than 1000ml.
The Kits/Reagents etc. should be ready to use and does not require
preparation, have longer stability and shelf life at room temperature.
The expiry date of the supplied item should not be less than 01 years
03 kits
30 Urine Container
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
60 ml per container size.
The expiry date of the supplied item should not be less than 01 years
3000 pieces
31 Urine Routine
Test Strips
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
30 Bottles
with proper seal.
Pack size up to 150 strips per pack.
The expiry date of the supplied item should not be less than 01 years
32 White Tips
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
03 Packet(1000 tips per packet)
33 WIDAL Anti Sera
TO/TH
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
05 Set
58 Reagent Pack Humalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
6
59 Na electrode
Filling Solution Humalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
1 Bottle
60 K electrode
Filling Humalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
1 Bottle
61
Chloride electrode
FillingHumalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
1 Bottle
62
Na electrode reference solution
Humalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under.
The expiry date of the supplied item should not be less than 01 years
1 Bottle
63 Cleaning solution
Humalyte Plus
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under.
The expiry date of the supplied item should not be less than 01 years
1 Bottle
64
Thermal Paper Role for HC80, Humalyte Plus,
Humalyzer Primus etc
57mm X 25m X 12 (thickness) 500 pieces
65
66 Anti HCV
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
30000 Pieces
67 H Pylori
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
500 pieces
68 HBsAg
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
30000 Pieces
69 Malaria Device
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
1000 Pieces
70 Syphilis test
Devices
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
3000 pieces
71 Urine Pregnancy
Test Devices
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
3000 pieces
72 HIV ICT device
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
4000 pieces
73 Humacount 80
TS Lyze
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under.
The expiry date of the supplied item should not be less than 01 years
20 Bottles
74 Humacount 80
TS Cleaner
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
10 Bottles
Drugs (Amendments) Act 2017 and rules framed there under.
The expiry date of the supplied item should not be less than 01 years
75 Humacount 80
TS Diluent
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under.
The expiry date of the supplied item should not be less than 01 years
35 packs of 20 L
76 Hematology
Control
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
01 Set
77 Chemical Pathology
Control
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
01 Set
78 Calibrator for
Humacount 80 TS
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The expiry
date of the supplied item should not be less than 01 years
01 set
79 Creatinine
Kinase
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
2
80 Serum Amylase
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
2
The expiry date of the supplied item should not be less than 01 years
81 Troponine I
The item/ Chemicals/ Consumables/ reagents should have valid ISO 9001,
ISO 13485 and FDA/CE certification. All supplies (where applicable) will
comply with the provision of Drugs Act 1976/DRAP Act 2012 and Punjab
Drugs (Amendments) Act 2017 and rules framed there under. The
Kits/Reagents etc. have all required relevant material (like Standard/Buffers
etc.) with in packing in sufficient quantity and packing should be appropriate
with proper seal.
The expiry date of the supplied item should not be less than 01 years
100
TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny.
The supplier will provide samples of quoted brands/items for evaluation at the
department free of cost. The Technical Evaluation Committee after evaluation of the
Documents will evaluate all the samples and only the items passing the evaluation
shall be considered for financial evaluation.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications. 3. Bid Security of Rs. 100000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder.
4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of
award. 7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand
cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer. 16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures. 18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin 25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. The Procuring Agency reserves the right at the time of Contract award to increase/decrease
the quantity of goods originally specified in the Schedule of Requirements without any
change in unit price or other terms and conditions.
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF LAB CHEMICALS AND CONSUMEABLES IN DISTRICT HEADQUARTER HOSPITAL MANDI
BAHAUDDIN FOR FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16 Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS:
vii Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend
viii Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
ix Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a
partial amount and the total amount or between the words and figures, the
formers will prevail. Reagents will be purchased from lowest evaluated bidder on per ml basis.
PERFORMANCE GUARANTEE
On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in the Performance Guarantee/Security Form.
The Performance Guarantee will be 5% of the contract amount.
Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of LAB CHEMICALS AND CONSUMEABLES and all the terms & conditions of your tender. Further
through signing this tender, we accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that LAB CHEMICALS AND
CONSUMEABLES offered by us are exactly to the same particulars and
specifications as per laid down in the list if items in tender enquiry in all respect. We accept that if the required earnest money is not furnished or our offer is
found lacking in any of the requirement of Tender enquiry, it shall be ignored &
our tender shall stand cancelled.
NAME _____________________________________________
SIGNATURE ________________________________________ DESIGNATION ______________________________________
FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the LAB CHEMICALS AND
CONSUMEABLES
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the LAB CHEMICALS AND
CONSUMEABLES Tender Enquiry No:
Date:
Tender Fee: Rs 1000
4
B I D D I N G D O C U M E N T
Purchase of X-RAY FILMS AND FIXERS AND
DEVELOPERS for the year 2018-19 for
DHQ MANDI BAHAUDDIN
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender 2 Bid security in shape of CDR (Original with Financial
proposal and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card) 4 Technical proposal/ specifications/ annexure filled as
provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent /distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates & return.
7 Last three years Sale Tax/ Income Tax paid certificate. 8 Bank statement of the firm for last three years duly
attested from Bank.
9 An affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching Hospitals.
12 Any other document in favor of bid. 13 Price Reasonability Certificate (That the prices offered to
DHQ Hospital Mandi Bahauddin are not more than prices
offered to any other Public/Private Institute during current Financial Year).
BIDDING DOCUMENTS FOR X-RAY FILMS AND FIXERS AND DEVELOPERS FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin
LIST OF ITEMS FOR TENDER ENQUIERY:
S.NO NAME OF ITEM
Specifications Packing ESTIMATED QUANTITY
RATE PER UNIT INCLUDING ALL TAXES ( PKR)
1 X-Ray Films 12 X 15 (Conventional)
(Pack of 100) Light Protection Lined Packets
10 No
2 X-Ray Films 10 X 12 (Conventional)
(Pack of 100) Light Protection Lined Packets
10 No
3 X-Ray Films 8 X 10 (Conventional)
(Pack of 100) Light Protection Lined Packets
30 No
4 8×10 CR/ Dry
Laser Film (Pack of 125) Light
Protection Lined Packets
60 No
5 10x12 CR/ Dry
Laser Film (Pack of 125) Light
Protection Lined Packets
100 No
6 11x14 CR/ Dry
Laser Film (Pack of 125) Light
Protection Lined Packets
20 No
TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny. Note: CR/Dry laser film should be compatible with the existing printer. In case of incompatibility of Dry Laser Film and the existing printer at the health facility the contracting firm shall place its own printer compatible to films and installed system, free of cost. The firm shall also provide envelopes for X Ray Films as per their sizes equal to contracted quantity of films. The design of envelope and printing matter shall be
given by the department. (Good Quality paper envelopes for conventional x ray films and card board envelopes for CR/Dry laser films only). Shelf Life of the films should not be less than 75% at the time of Delivery.
The supplier will provide samples of quoted brands/items for evaluation at the
department free of cost. The Technical Evaluation Committee after evaluation of the
Documents will evaluate all the samples and only the items passing the evaluation
shall be considered for financial evaluation.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications. 3. Bid Security of Rs. 60,000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder. 4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of award.
7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the prices quoted against this tender are not more than the prices charged from any other organization in the Punjab and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer.
16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures. 18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin 25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. The Procuring Agency reserves the right at the time of Contract award to increase/decrease
the quantity of goods originally specified in the Schedule of Requirements without any
change in unit price or other terms and conditions.
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF X-RAY FILMS AND FIXERS AND DEVELOPERS IN DISTRICT HEADQUARTER HOSPITAL MANDI
BAHAUDDIN FOR FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16 Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS:
x Financial proposals shall be opened publicly in the presence of the bidders’
representatives who choose to attend. The name of the bidders shall be read
aloud. These financial proposals shall be then opened, and the total prices read aloud and recorded.
xi Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
xii Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring
Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and figures, the
formers will prevail.
PERFORMANCE GUARANTEE On the date of signing of the Contract, the successful Bidder shall furnish the
Performance Guarantee/Security in the Performance Guarantee/Security Form.
The Performance Guarantee will be 5% of the contract amount. Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of X-RAY FILMS AND FIXERS AND DEVELOPERS and all the terms & conditions of your tender.
Further through signing this tender, we accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that X-RAY FILMS AND FIXERS AND DEVELOPERS offered by us are exactly to the same particulars and
specifications as per laid down in the list if items in tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found lacking in any of the requirement of Tender enquiry, it shall be ignored &
our tender shall stand cancelled.
NAME _____________________________________________
SIGNATURE ________________________________________ DESIGNATION ______________________________________
FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the X-RAY FILMS AND FIXERS AND DEVELOPERS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the X-RAY FILMS AND FIXERS AND DEVELOPERS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
5
B I D D I N G D O C U M E N T
Purchase of DIALYSIS ITEMS for the year
2018-19 for
DHQ MANDI BAHAUDDIN
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender 2 Bid security in shape of CDR (Original with Financial
proposal and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card) 4 Technical proposal/ specifications/ annexure filled as
provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent /distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates & return.
7 Last three years Sale Tax/ Income Tax paid certificate. 8 Bank statement of the firm for last three years duly
attested from Bank.
9 An affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching Hospitals.
12 Any other document in favor of bid. 13 Price Reasonability Certificate (That the prices offered to
DHQ Hospital Mandi Bahauddin are not more than prices
offered to any other Public/Private Institute during current Financial Year).
BIDDING DOCUMENTS FOR DIALYSIS ITEMS FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin
LIST OF ITEMS FOR TENDER ENQUIERY: TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny.
S.NO NAME OF ITEM
TECHNICAL SPECIFICATIONS
ESTIMATED QUANTITY
RATE PER UNIT INCLUDING ALL TAXES ( PKR)
1 Hollow Fiber Dialyzer (All Sizes) Individually Sterile Packed
Hollow Fiber Dialyzer
Adult. All Size (Complete
Operational Set).
Individually Sterile packed.
The bidder will intimate the
compatibility of the quoted
model with Dialysis
Machines
3500
2 BT Lining individually Sterile packed ,
All Sizes
3500
3 Bicarbonate Solution
Bicarbonate hemodialysis solution containing acid & basic concentrate for bicarbonate, Pack of 5 liter or less.
6000
4 Fistula Needle 16 G/ 17 G
AVF Needle (Pair) with
fixed wings, individually
sterile packed and All sizes
6000
5 Disinfection Solution
Disinfectant Solution. Pack of 5 Liter or less. Rate will be calculated on per ml Basis. The firm will provide assistance & details of the Product regarding dilution.
100
The supplier will provide samples of quoted brands/items for evaluation at the
department free of cost. The Technical Evaluation Committee after evaluation of the
Documents will evaluate all the samples and only the items passing the evaluation
shall be considered for financial evaluation.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications. 3. Bid Security of Rs. 150,000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder. 4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of award. 7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer. 16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures.
18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin 25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. The Procuring Agency reserves the right at the time of Contract award to increase/decrease
the quantity of goods originally specified in the Schedule of Requirements without any
change in unit price or other terms and conditions.
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF DIALYSIS ITEMS IN DISTRICT HEADQUARTER HOSPITAL MANDI BAHAUDDIN FOR FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16 Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS:
xiii Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend.
xiv Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
xv Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a
partial amount and the total amount or between the words and figures, the formers will prevail.
PERFORMANCE GUARANTEE
On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in the Performance Guarantee/Security Form.
The Performance Guarantee will be 5% of the contract amount.
Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of DIALYSIS ITEMS and all the terms & conditions of your tender. Further through signing this
tender, we accept all the above-mentioned terms and conditions unconditionally.
We also hereby categorically confirm that DIALYSIS ITEMS offered by us
are exactly to the same particulars and specifications as per laid down in the list if items in tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is
found lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender shall stand cancelled.
NAME _____________________________________________
SIGNATURE ________________________________________
DESIGNATION ______________________________________
FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the DIALYSIS ITEMS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the DIALYSIS ITEMS Tender Enquiry No:
Date:
Tender Fee: Rs 1000
6
B I D D I N G D O C U M E N T
Purchase of BLOOD BANK ITEMS for the
year 2018-19 for
DHQ MANDI BAHAUDDIN
CHECK LIST The provision of this checklist is essential prerequisite along with submission of tenders. The firm must fill & sign this check list and accordingly attach the mentioned documents to assess The eligibility to accept the technical bid. Note: Attach this check list on front page of the Technical Bid. Sr. No Item Name Yes/No Page # 1 Original receipt for purchase of tender 2 Bid security in shape of CDR (Original with Financial
proposal and photocopy of CDR with technical Proposal)
3 Copy of CNIC (National ID Card) 4 Technical proposal/ specifications/ annexure filled as
provided along with tender documents duly signed & stamped by the firm along with samples
5 Acceptance of terms & conditions/ tender documents duly signed and stamped by the firm.
6 Manufacturer/ principal/ authorized/ sole agent /distributor certificate (If Any).
Latest Sale Tax/ Income Tax registration certificates & return.
7 Last three years Sale Tax/ Income Tax paid certificate. 8 Bank statement of the firm for last three years duly
attested from Bank.
9 An affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess.
10 A certificate on judicial paper worth Rs. 100/-( Sample of certificate part of the bidding Document)
11 Copy of Award letters / Supply orders for the Supply of similar items to any Govt./Teaching Hospitals.
12 Any other document in favor of bid. 13 Price Reasonability Certificate (That the prices offered to
DHQ Hospital Mandi Bahauddin are not more than prices offered to any other Public/Private Institute during current Financial Year).
BIDDING DOCUMENTS FOR BLOOD BANK ITEMS FOR DHQ HOSPITAL MANDIBAHAUDDIN FOR THE YEAR 2018-19
SCHEDULE OF INVITATION OF TENDER:) 2) Closing date 01-04-201910:00 AM 3) Opening date 01-04-201910:30 AM 4) Venue: MS Office, DHQ Hospital , MandiBahauddin LIST OF ITEMS FOR TENDER ENQUIERY: S.NO NAME OF ITEM Technical Specifications ESTIMATED
QUANTITY
RATE PER UNIT INCLUDING ALL TAXES ( PKR)
1 Blood Bag with BT set 500 ml
Sterile, Fine quality, FDA
Approved, CPDA-1
anticoagulant, imported
,prolong expiry
Sodium citrate 2.63g
Citric acid 0.30g
Sodium biphosphate 0.22g
Dextrose 3.19g
Adenine 27.5mg
4000
2 Blood Bag with BT set 250 ml
Sterile, Fine quality, FDA
Approved, CPDA-1
anticoagulant, imported
,prolong expiry
Sodium citrate 2.63g
Citric acid 0.30g
Sodium biphosphate 0.22g
Dextrose 3.19g
Adenine 27.5mg
1000
3 Bovine albumin 22%, imported , sterile
,prolong expiry 50
5 Blood Grouping AntiSera AB & D
Imported, sterile, fine quality
, CE, prolong expiry 200
6 Blood lancet Fine quality 40
7 Anti-Human Globin ( AHG) Imported, sterile, fine quality
, CE, prolong expiry 50
8 Touniquet Elastic with clip , fine quality 100
9 Sani plast Fine quality , 50
10 Tooth picks Fine quality 60
11 Hb Meter CE, imported, calibration
available, supplier available
in Pakistan
1
12 Hb Strips CE, imported, calibration
available, supplier available
in Pakistan
4000
TERMS AND CONDITIONS Only technically qualified bids will go to the Phase of financial scrutiny. The supplier will provide samples of quoted brands/items for evaluation at the
department free of cost. The Technical Evaluation Committee after evaluation of the
Documents will evaluate all the samples and only the items passing the evaluation shall
be considered for financial evaluation.
1. Any offer not received as per terms & conditions of the tender enquiry will be liable to be ignored. No offer shall be considered if:- a. The Tender/Tender Certificate is un-signed.
b. It is received after the time & date fixed for its receipt.
c. The offer is ambiguous.
d. The offer is conditional.
e. The offer is from a firm blacklisted / suspended by the Government.
f. The offer received is of shorter validity than required in the Tender enquiry.
g. The offer is received through telegram/fax/email.
h. The offer is for stores not conforming to the specifications indicated in the Tender enquiry. 2. A certificate to the effect that they will be responsible for free replacement of any item on demand if not found accruing to required specifications. 3. Bid Security of Rs. 60,000/-less than 5 % of estimated Cost) in the shape of call deposit required to be attached with the financial bid. The financial bids found having without bid security shall be returned un-announced to the bidder. 4. The bid evaluation criteria Proforma is annexed (A) All the bids shall be evaluated as per evaluation criteria and documents demanded in Bidding Document and Technical specifications by Technical Evaluation Committee. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by procuring agency and the financial bid found technically non-responsive, shall be returned, un-opened to the respective bidders. 5. The supplier should be well reputed. 6. The offer will remain valid up to 30th June 2019 from the date of issuance of award. 7. Single stage-Two Envelopes bidding procedure shall be applied as per PPRA Rule No.38(2)(a), as follows:-
i. The bid shall be a single package consisting of two separate envelopes, containing separately the financial and the technical proposals.
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL AND TECHNICAL PROPOSAL” separately in bold and legible letters.
iii. In the first instance, the “Technical Proposal” shall be opened and the envelope marked as “Financial Proposal” shall be retained unopened in the custody of the procuring agency.
iv. The procuring agency shall evaluate the technical proposal in the manner prescribed in advance, without reference to the price and shall reject any proposal which does not conform the specified requirements.
v. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. The purchaser reserves the right to purchase full or part of the items, or ignore/scarp/cancel the tender without assigning any reason.
The department reserves the right to purchase in bulk or in parts or to ignore/scrap the tender/quotation without assigning any reason to the parties concerned. 8. If the successful bidders fail to supply the goods as per orders/ terms and conditions within the stipulated period or time of the contract or they try to withdraw/amend/revise their offers within the validity period, the offer shall stand cancelled, performance guarantee deposited will be forfeited and the relevant goods will be purchased at the risk and cost of the bidder. 9. The department reserves the right to claim compensation for the losses caused by delay in the delivery of stores as per rules. 10. Delivery of the goods at the consignee end will be the responsibility of the supplier and the department will pay no extra charges in this regard. 11. Cash receipt (in original) or photocopy having purchased the tender form must accompany with the offer. 12. Tender should be addressed to Medical Superintendent DHQ Hospital MandiBahauddin. 13. If the successful bidders fail to make supply as per orders within the stipulated time / as per terms and conditions of the contract or they try to withdraw/amend/revise their offer within the validity period, the offer shall stand cancelled, the security deposit will be forfeited and the relevant goods will be purchased at the risks and cost of the bidder. 14. All the tenderers will submit an affidavit on judicial paper worth Rs. 100/- stating therein that the firm is not blacklisted and prices quoted against this tender are not more than the prices charged from any other organization in the Punjab during current financial year and in case of any discrepancy, the tenderer hereby undertakes to refund the prices charged in excess. If this affidavit is not attached, the tender will not be accepted. (Very Important) 15. Cash receipt (in original) indicating of having purchased the Tender form must accompany the offer.
16. Tenders should be addressed to the Medical Superintendent DHQ Hospital Mandi Bahauddin. 17. Tenderers / firms should quote their final rates both in words & figures. 18. The successful bidder shall abide by all the conditions of the contract. 19. Alternate offers without separate tender documents will not be considered. 20. No interest shall be payable by the department on the securities. 21. The Committee reserves the right to reject any tender without assigning any reason. 22. The tenderer should indicate their income tax number GST registration certificate. 23. Inspecting authority will be the officers / inspection committee nominated by Medical Superintendent DHQ Hospital Mandi Bahauddin. 24. Payment will be made by the Medical Superintendent DHQ Hospital Mandi Bahauddin on the production of inspection note duly received and signed by the inspection committee / nominated officers. Medical Superintendent DHQ Hospital Mandi Bahauddin 25. IN CASE THE COUNTERFEIT PRODUCTS ARE SUPPLIED IN THE NAME OF ORIGINAL BRANDS, IT SHALL BE CONSIDERED AS “FRAUD”, CONTRACT SHALL BE CANCELLED, GOODS AND CDR SHALL BE FORFEITED AND SUPPLIER SHALL BE “BLACKLISTED” FROM DHQ HOSPITAL MANDIBAHAUDDIN AND RECOMMENDATION SHALL BE GIVEN TO HEALTH DEPARTMENT, GOVERNMENT OF THE PUNJAB TO BLACK LIST THE FIRM FROM ALL OF ITS HEALTH FACILITIES.
26. The quoted price should be inclusive of all the taxes as prescribed by the government.
27. In case of any dispute the decision of the Medical superintendent/ Grievance
Committee of DHQ Hospital Mandi Bahauddin, will be final.
28. The Procuring Agency reserves the right at the time of Contract award to increase/decrease the
quantity of goods originally specified in the Schedule of Requirements without any change in
unit price or other terms and conditions.
EVALUATION CRITERIA OF TENDER FOR PURCHASE OF BLOOD BANK ITEMS IN DISTRICT HEADQUARTER HOSPITAL MANDI BAHAUDDIN FOR
FINANCIAL YEAR 2018-19
TECHNICAL EVALUATION CRITERIA a) Profile of the Bidder
Sr.# Particulars Bidder
1. Name of the company 2. Registered Office
Address
Office Telephone Number
Fax Number
3. Contact Person
Name
Personal Telephone Number
Email Address
4. Local office if any
Address
Office Telephone Number
Fax Number
5. Bid Signing Authority
Name
Address
Personal Telephone Number
Email Address
Please enclose Authorization or Power of Attorney to sign and submit the Bidding
6. Address for communication under the current Bidding
7. Registration Details
Valid NTN Registration Number
Valid GST Registration Number
Banker’s Name, Address and Account Numbers
b) Bid Security (Less than 5% of the Estimated Price)
# Particulars Please furnish details
Name of the Bank
CDR / Bank Guarantee
Date
c) Details of Balance Sheet (last three years)
# Audited Balance Sheets Bidder
2017-18
2016-17
2015-16 Please enclose additional balance
d) Details about Income Tax (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
Please enclose Income Tax Returns
e) Details about Annual Turnover (last three years)
# Audited years Bidder
2017-18
2016-17
2015-16
f) The bidder should submit a certificate on legal stamp paper of Rs.100/-
that their firm has not been blacklisted in the past on any grounds by any
Government (Federal/Provincial) and local body or a public sector organization
g) Reference regarding purchase of such items in Government Hospital
h) Bidder should submit a certificate to the effect that the parts will be
supplied of good quality
i) After technical evaluation is completed, the Procuring Agency shall notify
the date, time and location for opening of the financial proposals. Bidder’s
attendance at the opening of financial proposals is optional. j) The Bidder shall also furbish original receipt of Purchase of Tender and copy of National Identity Card along with the Technical Proposal
FINANCIAL PROPOSALS WOULD BE EVALUATED AS FOLLOWS:
xvi Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend.
xvii Incomplete bid shall stand rejected. All Items described in the technical proposal must be priced in financial proposal.
xviii Minor oversight, clerical mistakes, other minor inconsistencies that do not
alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount
and the total amount or between the words and figures, the formers will prevail.
PERFORMANCE GUARANTEE On the date of signing of the Contract, the successful Bidder shall furnish the
Performance Guarantee/Security in the Performance Guarantee/Security Form. The
Performance Guarantee will be 5% of the contract amount. Medical Superintendent DHQ Hospital Mandi Bahauddin
CERTFICATE (TO BE SIGNED BY THE FIRM ON A PKR 100
STAMP PAPER)
We hereby confirm to have read carefully the description of BLOOD BANK ITEMS and all the terms & conditions of your tender. Further through signing
this tender, we accept all the above-mentioned terms and conditions
unconditionally.
We also hereby categorically confirm that BLOOD BANK ITEMS by us are
exactly to the same particulars and specifications as per laid down in the list if
items in tender enquiry in all respect.
We accept that if the required earnest money is not furnished or our offer is found lacking in any of the requirement of Tender enquiry, it shall be ignored & our tender
shall stand cancelled.
NAME _____________________________________________
SIGNATURE ________________________________________ DESIGNATION ______________________________________
FIRM NAME & ADDRESS ______________________________________
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the BLOOD BANK ITEMS
Tender Enquiry No:
Date:
Tender Fee: Rs 1000
From:
Tender receipt
OFFICE OF THE MEDICAL SUPERINDENTENT DHQ
HOSPITAL MANDI BAHAUDDIN
Tender for the BLOOD BANK ITEMS Tender Enquiry No:
Date:
Tender Fee: Rs 1000